Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

R -- FIELD ARTILLERY CAPTAIN'S CAREER COURSE MEDIA TRAINING (FA CCC), FORT SILL, OKLAHOMA.

Notice Date
8/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Fort Sill DOC, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L10T0135
 
Response Due
8/17/2010
 
Archive Date
10/16/2010
 
Point of Contact
DEIDRA ZERZAVY, 580-442-5204
 
E-Mail Address
Fort Sill DOC
(deidra.zerzavy@conus.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. ACTION CODE: Combined Synopsis/Solicitation Notice CLASS CODE: R419 NAICS CODE: 611430 SUBJECT: Field Artillery Captains Career Course Media Training (FA CCC) SOLICITATION NUMBER: W9124L-10-T-0135 SET-ASIDE CODE: Unrestricted QUESTIONS DUE: 6 August 2010 @ 4:00 PM CDST CLOSING DATE: 17 August 2010 @ 4:00 PM CDST PLACE OF PERFORMANCE: The primary place of performance shall be at the contractors location. This location shall be within 100 miles of Fort Sill (one way trip). POINT OF CONTACT: Deidra Zerzavy, Contract Specialist, PH: 580-442-5204 or e-mail deidra.zerzavy@us.army.mil. (A.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, 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. (B.) This Solicitation W9124L-10-T-0135 is a Request for Quote (RFQ) for Field Artillery (FA) Captains Career Course (CCC) Media Training in accordance with the Governments requirement. (C.) VENDOR MUST PROVIDE THE FOLLOWING INFORMATION: *Company Name/Address: *DUNS #: *Cage Code: *Federal Tax ID: *Business Size: *Business Type: ____________(Minority/Woman-Owned/Disadvantaged/Veteran-Owned, etc.) *Delivery Date: days After Receipt of Order (ARO) *Point of Contact: *POC Phone/Fax/E-mail: *Total amount of Bid: $_____________ Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications- Commercial Items, or pursuant to FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. PAYMENT WILL BE MADE BY WIDE AREA WORK FLOW (WAWF). QUOTE SHOULD REFLECT FOB: DESTINATION PROPOSALS SHALL BE SUBMITTED WITH SPECIFICATIONS OF THE SERVICES THAT YOU WILL BE PROVIDING. (D.) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-42, Effective 16 July 2010. (E.) This requirement is solicited as Unrestricted. The associated NAICS code is 611430 and size standard is 500 employees. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. (F.) BID SCHEDULE: CLIN 0001: Quantity: Seven (7), Unit: Sessions. Base Year- Media Interaction Seminar. In support of the US Army Field Artillery School, the contractor shall present a maximum of seven (7) Media Interaction Course seminars per year. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ x seven (7) units= Total Price: ______________ CLIN 0002: Base Year- Contract Manpower Report due 31 October 2010. Unit Price: _______________ Total Price: ______________ CLIN 1000: Quantity: Seven (7), Unit: Sessions. Option Year 1- Media Interaction Seminar. In support of the US Army Field Artillery School, the contractor shall present present a maximum of seven (7) Media Interaction Course seminars per year. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ x seven (7) units= Total Price: ______________ CLIN 1001: Option Year 1- Contract Manpower Report due 31 October 2011. Unit Price: _______________ Total Price: ______________ CLIN 2000: Quantity: Seven (7), Unit: Sessions. Option Year 2- Media Interaction Seminar. In support of the US Army Field Artillery School, the contractor shall present present a maximum of seven (7) Media Interaction Course seminars per year. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ x seven (7) units= Total Price: ______________ CLIN 2001: Option Year 2- Contract Manpower Report due 31 October 2012. Unit Price: _______________ Total Price: ______________ CLIN 3000: Quantity: Seven (7), Unit: Sessions. Option Year 3- Media Interaction Seminar. In support of the US Army Field Artillery School, the contractor shall present present a maximum of seven (7) Media Interaction Course seminars per year. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ x seven (7) units= Total Price: ______________ CLIN 3001: Option Year 3- Contract Manpower Report due 31 October 2013. Unit Price: _______________ Total Price: ______________ CLIN 4000: Quantity: Seven (7), Unit: Sessions. Option Year 4- Media Interaction Seminar. In support of the US Army Field Artillery School, the contractor shall present present a maximum of seven (7) Media Interaction Course seminars per year. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ x seven (7) units= Total Price: ______________ CLIN 4001: Option Year 4- Contract Manpower Report due 31 October 2014. Unit Price: _______________ Total Price: ______________ CLIN 4002: Option Year 4- Contract Manpower Report due 31 October 2015. Unit Price: _______________ Total Price: ______________ TOTAL BID AMOUNT FOR THIS REQUIREMENT: $________________ PERFORMANCE WORK STATEMENT (PWS) Field Artillery Captains Career Course (FA CCC) Media Training 1. INTRODUCTION. 1.1. ORGANIZATION: U.S. Army Fires Center of Excellence, Fort Sill (USAFCOEFS) 1-30th Field Artillery (FA) Battalion (BN), Fort Sill, OK 73503-5600. 1.2. BACKGROUND. This contract is for development, instruction, and management of the Media Engagement Planning Practical Exercise (MEP-PE) for the Field Artillery Captains Career Course (FA CCC). Based on operational requirements and organizational changes; the necessity to interact with the media during combat deployments is significant. Failure to properly accommodate media requests and the inability to effectively conduct interviews could lead to negative public opinion of military personnel and operations. This planned MEP-PE gives FACCC students real life experiences interacting with journalists in an environment similar to what is currently seen by their peers in theatre. The instruction will result in expanded skill sets which otherwise would not be available since the USAFCOEFS currently lacks sufficient personnel with the expertise to perform this work. 2. SCOPE OF WORK. This contract is for training to include media college faculty briefings and war correspondents lectures, interviews, and critique of the interviews. The contractor shall conduct this instruction with each FACCC class: currently six or seven iterations annually. A senior journalist and college or university level journalism/media class is best suited to accommodate this request for training. The contractor shall conduct analysis, design and development of the course of instruction and provide instruction to government students. The Contractor shall develop a course and maintain the program of instruction (POI) and lesson plans by incorporating lessons learned, doctrine, and current and evolving techniques and procedures into the POI. The contractor shall remain proficient in media and journalism procedures as they pertain to interacting with the military. The contractor shall develop the course of instruction based upon the requirements of this government-furnished statement of work. The resulting materials shall be designed for a population of Officers in the rank of Lieutenant, Captain, Major, and Lieutenant Colonel. 2.1. GENERAL 2.1.1. The contractor shall provide professional quality facilities including an auditorium with full video projection facilities capable of seating 100 people; five meeting rooms with audio visual equipment for reviewing videotaped interviews capable of comfortably seating 20 people; and a minimum of four, but eight recommened, individual interview rooms for videotaping interviews with individual students. Interview rooms shall be separate from the meeting rooms. 2.1.2. The contractor shall provide professional studio quality video recording, projection, and video playback and presentation equipment at levels current in most major professional media organizations that support major cities around the United States. Every meeting room shall contain equipment to play and view recorded interviews at a minimum. The equipment is a DVD player and a 42 inch LCD or plasma video monitor or equivalent. 2.1.3. The contractor shall prepare a pilot course to be taught no later than 30 days from contract award. The contractor shall refine and update the lessons based on available techniques and procedures, lessons learned, surveys, interviews, and input from war correspondence journalists. 2.1.4. The contractor shall conduct as many as six (6) or seven (7), one (1) day courses per year. The final number of courses will be determined by the government but will not exceed seven. Each class will have a maximum of 80 students and 20 military staff. The government will provide the number of attendees for each class at least 30 days prior to class date. 2.2. COURSE REQUIREMENTS. 2.2.1 The contractor shall provide a one (1) hour lecture presented by correspondents having at least ten (10) years of experience in embedded reporting with the U.S. Military, to set a tone for the days training so that participants understand the serious value of each word they speak when being interviewed. The panel shall be comprised of journalists and experts who shall provide Soldiers a complete view of media techniques and objectives and how journalistic products can influence US Military and foreign policy. The experienced foreign correspondents participating on the opening panel shall have significant experience as journalists embedded in military operations in active war zones or who are acknowledged to be recognized experts in the media military relations. This lecture shall occur in the auditorium identified in section 2.1.1. Resumes are required, and shall be submitted with contractor proposal. 2.2.2. The contractor shall provide a one (1) hour small group, not to exceed 20 students, discussion session presented by journalism faculty members with a combination of doctoral degrees, journalism experience, teaching experience, and professional experience about the professional practices of journalists, particularly war correspondents; techniques for interviewees to successfully manage interview situations, including difficult questions and unreasonable demands from journalists; and latest research and thinking about interactions of sources and journalists, including corporate, government, and military relationships with journalists. Small group sessions shall be conducted in separate meeting rooms described in 2.1.1. 2.2.3. The contractor shall conduct and video record a five- (5) to ten- (10) minute private interview session with each FACCC student in the interview rooms described in section 2.1.1. The interviewer shall be an upper class media/journalism student or college professor. The interview teams shall include the capability to record the interview on professional equipment. The contractor shall provide sufficient interview teams to complete interviews with every student within the schedule indicated in section 3.2. This interview shall include questions about controversial events these officers may face in combat zones. The questions come from the students with professor assistance at the university. Government instructors review the questions with the university students the day prior to execution. Once interviews are complete, the contractor shall edit the interviews and create a highlight DVD for each small group containing both good and bad interviews from within that small group. This highlight DVD shall contain at least 30 minutes of footage and show at least 25-percent of students. 2.2.4. The contractor shall provide a 90-minute critique by the journalism faculty for every small group during which the recorded highlight DVD is shown, reviewed and critiqued by the faculty, and discussed with the FACCC students. This helps the Officers develop strong strategies for effectively expressing themselves while maintaining composure in interview sessions. This critique session shall be conducted in the same small group settings as previously identified. 2.2.5. The contractor shall produce, and provide to the FACCC Cadre, a DVD containing the highlight videos and all of the recorded interviews. The Contractor shall mail this DVD to the military rep NLT 96 hours after training. 3. ADMINISTRATIVE CONSIDERATIONS. 3.1. Personnel Qualifications. It is the contractors responsibility to provide sufficient personnel with the correct skill sets and experience to provide the services, however the government anticipates that the contractor will need to provide employees with education levels and experience as follows: 3.1.1. Faculty (Section 2.2.2): Shall have a doctorate degree or significant professional media experience in media/journalism from an accredited university; currently a College/University Professor in the Media/Journalism field. Recommend recent professional media experience and recent experience as a military correspondent. 3.1.2. Foreign Correspondents (Section 2.2.1): The experienced foreign correspondents participating on the opening panel must have significant experience as journalists embedded in military operations in active war zones or who are acknowledged to be recognized experts in the media military relations. 3.2. Duty Hours. 3.2.1. The entire course described in section 2.2 shall occur on one day between 8:30 AM and 5:00 PM. It is the contractors responsibility to provide sufficient personnel and resources to accomplish this. 3.2.2. Projected Schedule 8:30-9:30 Foreign Correspondents lecture. 9:30-10:00 Break and movement to small group meeting rooms. 10:00-11:00 Small Group with Professor/Correspondent led discussion. 11:00-12:30 Individual interviews. 12:30-2:00 Lunch (Contractor editing time). 2:00-4:00 Interview critiques in small groups. 4:00-5:00 AAR in auditorium. 3.3. Place of Performance: The primary place of performance will be at the contractors location. Location of training shall be within 100 miles of Fort Sill. 3.4. Overtime. There are no requirements or provisions for overtime within this contract. 3.5. Security and Privacy. A security clearance is not required for Contractor personnel. 3.6. All Electronic and Information Technology (EIT) procured through this task must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://access-board.gov/sec508/508standards.htm. 4. SCHEDULE AND GOVERNMENT REVIEW. 4.1. An initial meeting shall be conducted between the Contractor and the Contracting Officer (KO) and all involved Government personnel within 14 days of contract award at a specific time and location to be determined by the KO. The KO or the Government Appointed Contracting Officer Representative (COR) will notify the Contractor in writing of the specific time and location at least 24 hours in advance. 4.2. IPRs will be held thereafter at a specific time and location to be determined by the COR but within 30 days prior to each class. The COR will notify the Contractor of the specific time and location in writing at least 24 hours in advance The IPRs will include proposed changes to the POI, lesson plans and any recommendations to the Government from the Contractor. 4.3. FACCC Program Manager will provide to the Contractor a schedule of class dates at the kickoff meeting. 4.4. Deliverables: Deliverables shall be in the form of briefings, courseware, In-process Reviews (IPR), Interview DVD and any other format appropriate to the specific initiative and as identified by the Government. The Contractor shall deliver all items specified to the COR. The following deliverables shall be submitted by the Contractor: TITLE FREQUENCY DUE DATE Initial Meeting One Time 14 Days after Task Order Award In-Process Review Monthly As needed Draft Design Plan and Courseware One Time 15 Days from notice to proceed Final Courseware One Time 15 days from approval of Draft First Course One Time As scheduled DVD and reports Per class Day of class 5. TRAVEL. Contractor travel will not be reimbursed. There are no requirements within this PWS for contractors to travel. 6. PERIOD OF PERFORMANCE. The Period of Performance for this contract is a base period of one year and four 1-year option periods. 7. GOVERNMENT FURNISHED RESOURCES AND OTHER CONSIDERATIONS. There is no Government-furnished property or other resources associated with this requirement. 8. NON-PERSONAL SERVICES. The Government and the Contractor understand and agree that the work described in this task order is a Non-personal Services Contract as defined in FAR Part 37.101. Therefore, it is further understood and agreed that the Contractor and/or the Contractor's employees: (1) Shall perform the services described herein as independent contractors, not as employees of the Government. (2) Shall NOT be placed in a position where they are under the supervision, direction or evaluation of a federal employee, military or civilian, but shall, pursuant to the Government's right to inspect, accept or reject work, comply with such general direction of the Contracting Officer or the duly appointed representative of the Contracting Officer as is necessary to ensure completion of the contract objectives. (3) Shall NOT be placed in a position of command, supervision administration or control over DA military civilian personnel or personnel of other contractors, or becomes part of the Government organization. (4) Further as this contract/task order does not create an employer-employee relationship, the entitlements and benefits applicable to such relationships do NOT apply. Such include, but are not limited to, federal income tax withholding, Federal Insurance Contributions Act (FICA), unemployment compensation and workman's compensation benefits by virtue of this contract/task order. 9. ORGANIZATIONAL CONFLICT OF INTEREST. The Contractor will receive no privileged, proprietary, or otherwise sensitive information without the Governments knowledge and without both the Government and Contractor implementing appropriate safeguards or agreements thereon. Contractors will not divulge any information accessed and obtained during the course of performing this task to other Contractor staff or anyone outside the Government. Specifically, in addition to any organizational conflict of interest provision, contractor employees assigned to this project will be required, prior to contract start date, to sign the following Non-Disclosure Agreement (NDA) agreeing not to share any information or data with other contractor personnel not assigned to the project or, if assigned to the project, who has not signed an NDA. The signed NDAs will be furnished to the Contracting Officer (KO) and Contracting Officer Representative (COR) prior to contract performance. The company will include with its submission of the Request for Proposal (RFQ), its plan to firewall these employees and enforce this provision (i.e., internal controls, training, etc.). Failure to adhere to these NDA safeguards may result in termination of this task. Final authorship and copyright (if required) of any deliverable will be with the Government. The Contractor cannot gain any unfair advantage. The Contractor shall identify any organizational conflict of interest clauses they or their subcontractors are subject to, current or within three years of federal government contract services, by providing, with their offer, a copy of the clause, a description of the contract services performed, a contract number, a governmental point of contact, and a phone number for that point of contact. This agreement is to be signed by all contractor employees who in the course of performing contract work for Fires Center of Excellence (FCOE) may be disclosed, or have access to, Protected Information and Computer Software as defined below. I, ________________________________________, the employee of ___________________________________________________________understand in the course of my work for the FCOE under various contracts that Protected Information and computer software may be disclosed to me and I may otherwise have access to such items on FCOE information technology networks or in FCOE workspaces. I agree to abide by all terms and obligations contained in this agreement regarding the protection of such items. 1. Definition. a. Unless specifically excluded by paragraph 1.c, Protected information and computer software means all information and computer software regardless of its form that in the course of performing work for the FCOE under various contracts is disclosed orally, in writing or in any other media to me, or to which I am otherwise given access to, by (i) FCOE, (ii) other government agencies, (iii) foreign governments or (iv) other contractors while directly supporting FCOE, which is accompanied by written legends identifying use or disclosure restrictions or disclosed under circumstances that I know are subject to use or disclosure restrictions established in writing by the Government. b. Protected Information and Computer Software includes by way of illustration, but is not limited to: (i) data marked Limited Distribution (LIMDIS); (ii) information marked For Official Use Only (FOUO), (iii) personnel data protected by the Privacy Act; (iv) data, information and material (including software documentation and computer databases) of a technical, scientific, or government predeliberative nature; (v) contractor proposals, acquisition plans, government cost estimates, draft statements of work, source selection plans, and evaluations of contractor proposals; (vi) financial and management data used for contract award or administration purposes; (vii) test reports; (viii) government requirements documents; (ix) financial statements and reports; (x) manpower reports; (xi) planning, cost and program development documents, resource forecasts, Program Objective Memorandums (POM), Program Budget Submissions, Congressional Justification Books, Presidents Budget Submissions, Program Budget Decisions (PBD), and Five Year Plans; and (xii) computer programs, source code, source code listings, object code listings, design details, algorithms, processes, flow charts, formulae, and related material that would enable the software to be reproduced, recreated, or recompiled. c. Protected Information and Computer Software does not include information that: (1) Has fallen into the public domain by operation of law or through no action of the undersigned in breach of this agreement or any other party in breach of any other obligation of confidentiality owing to the Government or the owner of the protected information or computer software; (2) Has been lawfully obtained by the recipient outside the course of the performance of a government contract; (3) Has been properly licensed or provided directly by the owner (or other authorized source) of the information or computer software to the recipient to the extent so licensed or provided; (4) Is owned by the recipient or was developed independently of the disclosure hereunder; (5) Has been used or disclosed by the recipient in response to an order of a court or administrative body of competent jurisdiction to the extent permitted by that authority; or (6) Has been disclosed to the recipient by the Government who has explicitly authorized the recipient to use or disclose the information for another purpose, to the extent so authorized. 2. Use and Disclosure Obligations. I will use and disclose Protected Information and Computer Software only as necessary for the performance of the requirements of the underlying contract(s) under which the information or computer software is furnished. I understand Protected Information and Computer Software may not be used or disclosed for any other purpose, including bid or proposal preparation or business marketing, without the written approval of the cognizant government contracting officer. I will comply with all restrictions set forth in any legends, licenses or instructions provided to me or accompanying the Protected Information or Computer Software or other written directives of my employer or the Government known to me. The use and disclosure obligations imposed by this paragraph shall expire as follows: a. There shall be no expiration date for the following Protected Information and Computer Software, (i) technical data or computer software containing Limited Rights, Restricted Rights, Government Purpose Rights, Special License Rights, or Unlimited Rights legends; (ii) information or software marked Limited Distribution (LIMDIS); (iii) information or software marked Source Selection Information; (iv) contract proposal information marked pursuant to FAR 52.215-1(c) limiting its use for proposal evaluation purposes only; (v) information and computer software marked Contractor Proprietary or with a similar legend; (vi) data known by me to be protected by the Privacy Act; and (vii) information marked For Official Use Only (FOUO). b. For other information or software accompanied at time of disclosure by a written legend identifying use or disclosure restriction time periods, the expiration date shall be as stated in or derived from the legend. c. For all other Protected Information and Computer Software, the expiration date shall be 3 years from the date the information or software is first disclosed to me. 3. Unauthorized Use or Disclosures. I will immediately notify my employer of the circumstances of any unauthorized use or disclosures known to me of Protected Information and Computer Software in violation of the obligations contained in this agreement. 4. Disposition. At the termination of my employment or when I no longer perform contract work for FCOE, I agree to immediately return (or destroy if directed by my employer) all Protected Information and Computer Software in my possession. Furthermore, if I am dedicated to support a specific FCOE Office or Directorate or FCOE program and am reassigned to support another FCOE Office or Directorate or FCOE program, I will immediately return (or destroy if directed by my employer) all Protected Information or Computer Software in my possession previously furnished by the prior FCOE Office or Directorate or FCOE program. 5. Duration. The above obligations imposed by this agreement shall survive termination of my employment or the expiration or termination of the underlying contract(s) under which the protected information or computer software was furnished to me. 6. Classified Information. This agreement is in addition to and in no manner abrogates requirements, obligations or remedies regarding the protection of classified information and does not supersede the requirements of any laws, regulations, other directives or nondisclosure agreements regarding classified information. 7. Other Restrictions. This agreement does not abrogate any other obligations currently placed upon me or which may be imposed upon me in the future by my employer, FCOE or other entities; or remedies afforded those entities regarding those obligations. 8. Provided. I acknowledge I have been provided a copy of this agreement. ____________________________________ Signature ___________________ Date 10. GOVERNMENT RIGHTS. The Government has unlimited rights to all documents/material produced under this task order. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights under the applicable Data Rights clause(s). 11. Performance Requirements Summary (PRS) Performance Objective PWS Para. Performance Standards Measurement Method Allowable Performance Deviation Remedy Amount (see Note #1) PO1: Recruit & retain qualified staffing to successfully support TIOC mission. TBD Staff meets labor category requirements as documented in the Task Order. COR performs 100% surveillance of staff assigned to task order. 1 Defect per month (See Note #2) $500.00 per each defect over allowable performance deviation PO2: Receipt of Contract Deliverables & Reports/Publications TBD a) Submit reports/Publications and deliverables as required in the Task Order PWS, on time and with a minimum number of defects. POI meets TRADOC Form 350-70-4-1-R-E. COR reviews 100% of task order reports/publications and deliverables. 2 Defects per month (See Note #3) $500.00 per each defect over allowable performance deviation TBD b) Support new and urgent task order requirements within the agreed upon schedule/timeframe and prepare response, accordingly, with a minimum number of defects. COR reviews 100% of responses and/or urgent reports and deliverables. 1 Defect per month (See Note #4) $1000.00 per each defect over allowable performance deviation PO3: Ensure Customer Satisfaction TBD All Contractor staff will perform in a professional and business like manner, with a minimum number of unresolved personnel complaints. COR distributes, collects and evaluates a customer satisfaction survey for each task order once a quarter. N/A (See Note #5) N/A PO4: Timeliness of Classroom Training TBD Was the instructor present and start classroom instruction on-time? COR reviews on a random sample the number of days taught AQL is 1. $1,000.00 for each class started late PO5: Quality of Instruction TBD Must receive a Go rating in primary tasks evaluated on TRADOC Form 350-70-4-1-R-E, section III, A-M. COR reviews on a 100% inspection the number of primary tasks taught AQL is 1 no-go per inspection. $500.00 for each primary task rated no go Notes 1. Remedies will be applied per each determined defect. The total remedy amount will be deducted from the appropriate months Firm Fixed Price (FFP) invoice. For example, if there are 3 defects in a final monthly report (PO2 (a)), $1000 will be deducted from that task orders FFP monthly invoice (3 defects 2 allowable deviations = 1 net defect that must be remedied). 2. For PO1, a defect is defined as Contractor task order staff that does not posses the education, experience and certifications as outlined in the TO. 3. For PO2 (a) and (b), a defect is defined as a significant error in final content, such as misstatement of fact or an incorrect calculation, but does not include typographical or grammar mistakes that do not significantly affect meaning. Defects for deliverables may be defined as a significant error in content or functionality. When applicable, COR will allow the contractor a reasonable amount of time to resolve any defects prior to submitting a final deliverable. 4. For PO2 (b), urgent is defined as a task order requirement which must be completed within three (3) business days or less. An urgent requirement is identified by the Task Order COR and/or Task Order COTR only. Examples of urgent requirements are: development of a briefing, data collection, rapid response proposal, etc. Contractor will respond to urgent program requirements only when funds are available. 5. PO3: There is no Allowable Performance Deviation and Remedy Amount for this performance objection based on its subjective nature. Results of each quarterly task order customer satisfaction survey will be discussed with the Contractor. 6. PO4 will be used only when applicable. Measurement Method, Allowable Performance Deviation and Remedy Amount will be determined on a Task Order basis. When PO4 is not utilized, the row will show N/A. 12. PERFORMANCE OBJECTIVE 1 PERFORMANCE OBJECTIVE (Service): Recruit & retain qualified staffing to successfully support USAFCOEFS mission. The contractor shall provide a skilled workforce to perform all task requirements. PERFORMANCE STANDARD (Standard): Staff shall meet labor category requirements as documented in the base contract. SURVEILLANCE: The method of surveillance for this objective is 100% inspections. LOT SIZE: The number of proposed positions. SAMPLE SIZE: N/A. PROCEDURES: The Governments designated COR (for the contract) will monitor the identified positions and qualifications of contractor employees to ensure the contractor is meeting the performance standard. The COR will notify the appointed KO of any shortfall in meeting the performance standard. If the Contractor falls below the maximum number of 90% during the month then the COR will notify the KO in writing. FAILURE TO PERFORM: A defect is defined as Contractor staff that does not posses the education, experience and qualifications as outlined in the contract. For contractor staffing of 1 to 24 employees the contractor is permitted one defect per month. If the contractor exceeds the maximum allowable number of defects, the government will deduct monies from that months invoice in the amount of $500.00 per each defect over allowable performance deviation. For example, if there are 2 defects in a final monthly report (PO2 (a)), $500 will be deducted from that task orders FFP monthly invoice (2 defects 1 allowable deviations = 1 net defect that must be remedied 13. PERFORMANCE OBJECTIVE 2 PERFORMANCE OBJECTIVE (Service): Receipt of Contract Deliverables/Reporting Requirements PERFORMANCE THRESHOLD (Standard): Submit final reports and deliverables as required in the contract PWS, on time and with a minimum number of defects. Additionally, support new and urgent contract requirements within the agreed upon schedule/timeframe and prepare response, accordingly, with a minimum number of defects. SURVEILLANCE: The method of surveillance for this objective is 100% inspection. LOT SIZE: The number of Contract Deliverables/Reports to be delivered in accordance with PWS. SAMPLE SIZE: The number of deliverables and reports required. PROCEDURES: The Governments designated COR (for the contract) will conduct a 100% inspection on all contract deliverables/reports delivered for quality and timeliness. Quality will be reviewed to ensure the products developed are realistic and doctrinally correct and they effectively support use by the USAFCOEFS. Timeliness will be measured against the timelines established in the PWS. The COR will notify the KO of any shortfall in meeting the performance standard. If the Contractor falls below the maximum number of 2 defects during the month then the COR will notify the KO in writing. FAILURE TO PERFORM: A defect is defined as a significant error in final content, such as misstatement of fact or an incorrect calculation, but does not include typographical or grammar mistakes that do not significantly affect meaning. When applicable, COR will allow the contractor a reasonable amount of time to resolve any defects prior to submitting a final deliverable. For urgent, it is defined as a contract requirement which must be completed within three (3) business days or less. For non-urgent reports/deliverables the contractor is permitted two defects per month. For urgent reports/deliverables the contractor is permitted one defect per month. If the contractor exceeds the maximum allowable number of defects, the government will deduct monies from that months invoice in the amount of $500.00 per each defect over allowable performance deviation for non-urgent reports/deliverables and $1,000 per each defect over the allowable performance deviation for urgent reports/deliverables. 14. PERFORMANCE OBJECTIVE 3 PERFORMANCE OBJECTIVE (Service): All Contractor staff will perform in a professional and business like manner, with a minimum number of unresolved personnel complaints. PERFORMANCE THRESHOLD (Standard): COR distributes, collects and evaluates a customer satisfaction survey once a quarter. SURVEILLANCE: The method of surveillance for this objective is periodic inspections. LOT SIZE: Contractor employees on site. SAMPLE SIZE: N/A PROCEDURES: The Governments designated COR will monitor contractor employees to ensure they present a courteous and professional attitude when performing services at USAFCOEFS and interacting with both Government and Non-Government personnel. The COR will also assess the extent to which the contractor effectively manages and responds to incidents of employee misconduct and impropriety allegations. Where there is a case of a customer complaint, the COR will provide a DA Form 5477-R to the customer to use in order to document the complaint. The COR will investigate the report and, if found to be valid, documents his/her findings. The numbers of complaints and resulting inspections depend upon customer awareness and response. If the complaint is valid and caused by poor performance or non-performance by the contractor, the contractor must take appropriate corrective action. A valid complaint is one in which the COR confirms the poor performance or non-performance violates contract requirements. If a valid complaint exists, the COR should inform the contractors Program Manager of the complaint as soon as possible and note the date and time on the DA Form 5477-R. If the COR determines the contractor failed to perform successfully, a DA Form 5477-R will be completed. The COR shall then describe the action taken by the contractor to correct the defect. FAILURE TO PERFORM: If the COR determines the contractor has failed to successfully perform, the COR will notify the KO in writing and provide all applicable documentation. 15. PERFORMANCE OBJECTIVE 4 PERFORMANCE OBJECTIVE (Service): Effectiveness in completing Tasks. PERFORMANCE THRESHOLD (Standard): Perform all work in accordance with applicable quality standards and IAW the PWS. SURVEILLANCE: The method of surveillance for this objective is random sampling. LOT SIZE: The number of PWS tasks is 7. Lot size is 7. SAMPLE SIZE: The number of tasks observed. PROCEDURES: The Governments designated COR (for the contract) will conduct random inspections utilizing the surveillance activity checklists to ensure compliance with the PWS requirements. The COR will document their evaluation on surveillance activity checklists. If the Contractor falls below the maximum number of 1 defect during the month then the COR will notify the KO in writing. FAILURE TO PERFORM: A defect is defined as presented class that does not meet the requirements as outlined in the task order. For Task Order contractor staffing of 1 to 24 employees the contractor is permitted one defect per month. If the contractor exceeds the maximum allowable number of defects, the government will deduct monies from that months invoice in the amount of $500.00 per each defect over allowable performance deviation. For example, if there are 2 defects in a final monthly report (PO2 (a)), $500 will be deducted from that task orders FFP monthly invoice (2 defects 1 allowable deviations = 1 net defect that must be remedied. 16. PERFORMANCE OBJECTIVE 5 PERFORMANCE OBJECTIVE (Service): Completing training to standard. PERFORMANCE THRESHOLD (Standard): Conduct all classes in accordance with applicable quality standards and IAW the PWS. SURVEILLANCE: The method of surveillance for this objective is random sampling. LOT SIZE: The number of PWS classes is 7 per year. Lot size is 7. SAMPLE SIZE: The number of classes observed. PROCEDURES: The Governments designated COR (for the contract) will conduct random inspections utilizing the surveillance activity checklists to ensure compliance with the PWS requirements. The COR will document their evaluation on surveillance activity checklists. If the Contractor falls below the maximum number of 1 defect during the month then the COR notify the KO in writing. FAILURE TO PERFORM: A defect is defined as presented class that does not meet the requirements as outlined in the task order. For Task Order contractor classes from 1 to 24 per month, the contractor is permitted one defect per month. For Task Order contractor classes of 25 or more per month, the contractor is permitted two defects per month. If the contractor fails to perform within the established maximum deviation per month, the government will deduct monies from that months invoice in the amount of $500.00 per each defect over allowable performance deviation. For example, if there are 2 defects in a class evaluation report, $500 will be deducted from that task orders FFP monthly invoice (2 defects 1 allowable deviations = 1 net defect that must be remedied. (End of Performance Work Statement) (H.) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.212-4 Contract Terms and Conditions-Commerical Items, FAR 52.247-34 FOB Destination, DFAR 252.201-7000 Contracting Officers Representative, DFAR 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, DFAR 252.204-7003 Control of Government Personnel Work Product, DFAR 252.204-7004 ALT A Required Centeral Contractor Registration, DFAR 252.211-7003 Alt 1 Item Identification and Valuation, DFAR 252.232-7003 Electronic Submission of Payment Requests, and DFAR 252.232-7010 Levies on Contract Payments. (I.) The following clauses in FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are clause is applicable to this acquisition:. The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33, 52.222-41, 52.222-42, and 52.222-43. FAR 52.217-8 OPTION TO EXTEND SERVICES. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that 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 5 years, six (6) months. (End of clause) (J.) The following clause is in incorporated with websites: FAR 52.252-2 Clauses Incorporated by Reference. For further information please go to the associated website: http://farsite.hill.af.mil. (K.) The following DFARS clauses apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are being selected as applicable to this acquisition: 252.203-7000, 252.225-7001, 252.225-7036, and 252.232-7003. (L.) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-- Commercial Items, and FAR 52.217-5 Evaluation of Options. (M.) The following provisions apply to this acquisition and are incorporated by full text: FAR 52.212-3 Offeror Representations and CertificationsCommercial Items, and FAR 52.252-1 Solicitation Provisions IBR. Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications- Commercial Items, or pursuant to FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concems with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concems within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Ievel protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: 1.) PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. 2.) FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. 3.) APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof at Attachment 1.) Wage Determination No Date 1995-2525 (Rev 11) 6/15/2010 4.) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASS MONETARY WAGE-FRINGE BENEFITS* Instructor 19.58 -- 36.25% 5.) CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. 6.) CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. 7.) SUBMISSION FORMAT FOR INVOICES SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1.NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (2-in-1) type. DO NOT USE: The Fast Pay Option Use the following DoDAACs when providing invoices and receiving reports. Administered By:W9124L Payment Official:HQ0302 Issued By: W9124L Ship To:W90W8D Acceptance By: W90W8D NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: TO BE PROVIDED ACCEPTOR EMAIL:TO BE PROVIDED SPECIALIST EMAIL:deidra.zerzavy@us.army.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. 8.) CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. 9.) CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Deidra Zerzavy at email deidra.zerzavy@us.army.mil and Karen L. Warner at email karen.l.warner@us.army.mil. Clarifications and/or questions are due by 4:00 p.m. on 6 August 2010. Sufficient time should be allowed for a reply to reach offerors before submission of their offers. No phone calls, email only. Oral explanations will not be binding. 10.) COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. 11.) INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt by the exact time specified in the RFP, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the RFP on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. 12.) NOTICE OF AWARD A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 13.) Work Force: The successful bidder shall not hire persons not legally residing in the United States of America. NOTE: Department of Labor Wage Determination 1995-2525 is provided as a separate attachment to solicitation documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6c6c99fd7448846730c8e440b3c94283)
 
Place of Performance
Address: Fort Sill DOC Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02225684-W 20100804/100802235219-6c6c99fd7448846730c8e440b3c94283 (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.