Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

R -- Cultural Role Players to include travel expenses to and from Natick.

Notice Date
8/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W91A2K-0209-9020
 
Response Due
8/28/2010
 
Archive Date
10/27/2010
 
Point of Contact
greg.n.wilson, 508 233-4161
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(greg.n.wilson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number: W91A2K-0209-9020 Notice Type: Combined Synopsis/Solicitation Synopsis: 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. (i) INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in combination with Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) SOLICITATION TYPE This solicitation, numbered W91A2K-0209-9020, is issued as a Request for Quote (RFQ). (iii) CURRENTNESS The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. (iv) SET ASIDE This acquisition is set aside 100% for small businesses under NAICS (v) REQUIRED ITEMS The government requires the following items: Cultural Role Players In Support of Future Soldier Initiative Capability Exercises 1.Background: The Natick Soldier Research, Development and Engineering Centers (NSRDEC) mission is to maximize the Warfighters Survivability, Sustainability, Mobility, Combat Effectiveness and Quality of Life by treating the Warfighter as a System. NSRDECs Future Soldier Initiative (FSI) explores science and technologys role in enabling future Soldier capabilities for full spectrum operations. The FSI is charged with igniting the imagination and sparking discussion on how current and emerging research can provide the Soldier and Small Combat Unit unmatched capabilities to succeed in future conflicts. The FSI objective is pursued, in part, through a quarterly capability exercise (CapEx) process that utilizes structured scenarios that will support exploration of current and future capabilities by examining the actions and reactions of role players representing soldiers, opposition forces, and the local populace with various defined parameters. The process requires cultural role players to represent the attitudes and reactions of local populations to U.S. and opposition actions during the table top CapEx. Each quarter, NSRDEC FSI will execute a CapEx, which will require three (3) cultural role players. 2.Contractor Tasks: a.The Contractor shall provide personnel to serve as cultural role players (CRP) in execution of the CapEx activities described above. CRP will replicate various positions, groups of people, and local populations in situations units may face during future operations. CRPs represent civilians potentially encountered in the field during full spectrum operations (e.g., local governance authorities, members and leaders of local tribes, members and leaders of religious groups, local populations, etc.). b.Each CapEx will be set within a distinct cultural context defined by the government prior to the CapEx. The contractor shall ensure that participating CRPs for each CapEx possess an appropriate combination of experience and training within the cultural context defined by the government to portray the identified role(s). c.CRPs shall participate in role-playing activities during the course of the FSI CapEx activities and discussion. CRP activities shall include reading scenario descriptions, listening to other participants, and responding (verbally and in brief written or typed form) to actions presented by other participants and CapEx administrators. CRPs shall be proficient enough in English to communicate effectively with other participants without translation. English language skills shall include both written and oral proficiency. d.The contractor shall make all necessary arrangements to ensure that role players arrive at the place of performance at the time and location designated by the government. CRPs should arrive at the designated CapEx location no later than 1400 EST on the day prior to the CapEx commencing for a 1 hour introductory briefing. CapEx activities are expected to take no more than 8 hours each day. CRPs are free to depart at any time after 1700 on the final day of the CapEx. e.The dress code for CapEx activities is business casual. Culturally specific attire is not required for participating CRPs. f.Contractor personnel shall return all activity materials at the conclusion of the beta test. 3.Period of Performance: 1 October 2010 30 September 2011 including all options (if exercised). The first anticipated CapEx of FY11 is currently scheduled for 4-6 October 2010, dates are subject to change. Subsequent CapExs will be scheduled at the discretion of the government, and based on funding availability. 4.Place of Performance: Expected location will be the Natick Soldier Systems Center, Natick, Massachusetts, but is subject to change by the government. The government expects to be able to identify the location of each CapEx no more than 30 days prior to the event. 5.Deliverables: Contractor shall provide three (3) cultural role players, and one (1) company representative, for participation in CapEx activities with background and training appropriate to the government identified cultural context of each CapEx. Other Requirements: a.General Qualifications and Constraints: The contractor shall provide personnel qualified to accomplish all requirements specified in this SOW and with the qualifications listed. The Contractor shall remove immediately any personnel who fail to meet or maintain the required qualifications or fail to conduct themselves within the constraints identified herein. The contractor shall maintain current personnel and job qualification records available to demonstrate compliance with the above. b.Legal Qualifications: Contractor personnel shall be US citizens or resident aliens lawfully employable in the United States, see FAR Clause 52.222-54. Government rules, regulations, laws, directives and requirements, in place or issued during the performance period shall apply to all contractor personnel. The contractor shall be solely responsible for any costs resulting from contractors employee violations. Role-players do not need a security clearance. c.Condition of Employment: As a condition of employment, the contractor shall obtain and maintain criminal background check on all employees to cover the last three years and the last three residences. Criminal background checks shall be completed prior to contract performance start date. The contractor shall be responsible for the cost of the criminal background checks. Contractors employee background check shall be favorable in order for the employee to perform services under the contract. Results of background checks shall be provided to the Installation Security Office when requested. 6.Contractor Manpower Reporting The Contractor shall perform manpower reporting as follows: The Contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. The Contractor shall include the following: Contracting Officer, Contracting Officer, Contracting Officers Technical Representative Contract number Beginning and ending dates covered by reporting period Contractor name, address, phone number, email address, identify of contractor employee entering data Estimated direct labor hours (including subcontractors) Estimated direct labor hours paid this reporting period (including subcontractors) Total payments (including subcontractors) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) Estimated data collection cost Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (UIC for this contract is W911QY) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in overseas location, using standardized nomenclature provided on the website. Presence of deployment or contingency contract language Number of contractor and subcontractor employees deployed in-theater this reporting period (by country) The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 30 October of each calendar year. The Contractor 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. For additional information go to https://www3.natick.army.mil and click on Contractor Manpower Reporting. (vii) Period of Performance in Natick, Ma. Period of performance 1 October 2010 thru 30 September 2011 (viii) QUOTE INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference into this RFQ. Each Item shall be priced inclusive of shipping and, where applicable, installation charges. Vendor shall provide the terms of each quoted items standard commercial warranty. Vendor shall include the date by which the items listed above will be delivered and installed. (ix) EVALUATION OF QUOTES The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. Quotes will be evaluated on the following factors: Technical capability of the quoted item to meet the Governments requirement; Delivery/Installation schedule; and Price. The factors are listed in descending order of importance, and the non-price factors, when combined, are significantly more important than price. The Government intends to use a trade off process to determine which quote offers the best value; therefore, Vendors are cautioned that a contract may not necessarily be made to the lowest priced quote. (x) REPS & CERTS Vendors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quotes. (xi) STANDARD TERMS & CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. (xii) STANDARD TERMS & CONDITIONS The clause at 52.212-5 DEVIATION, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items DEVIATION, applies to this acquisition and is incorporated by reference into this solicitation. (xiii) ADDITIONAL TERMS & CONDITIONS The following FAR and DFARS clauses apply to this acquisition and are incorporated by reference: 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2008 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Dec 2008) (Deviation) 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.222-50 Combating Trafficking in Persons AUG 2007 52.222-54 Employment Eligibility Verification SEP 200952.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.229-4 Federal, State, And Local Taxes (State and Local Adjustments) APR 2003 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.242-13 Bankruptcy JUL 1995 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jan 2009) (Deviation) 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities DEC 2008 252.225-7013 Duty-Free Entry OCT 2006 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.246-7000 Material Inspection And Receiving Report MAR 2008 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Http://farsite.hill.af.mil/farsite_alt.html (xiv) SUBMISSION OF QUOTES Quotes shall be submitted electronically to greg.n.wilson@us.army.mil. All quotes shall be submitted before 11:00am Eastern time on 28 August 2010. (xv) QUESTIONS Anyone with questions about this acquisition may contact the contract specialist, Greg Wilson, greg.n.wilson@us.army.mil. Additional Info: US Army RDECOM CC Natick Contracting Division Contracting Office Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011 Place of Performance: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: CCRD-NA, Natick Contracting Division, Building 1, Kansas Street Natick MA 01760-5011 US Point of Contact(s): Greg Wilson RDECOM Contracting Center - Natick R&D (RDECOM-CC)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4c414dab54219d689e17345b197f7172)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02252607-W 20100826/100824235259-4c414dab54219d689e17345b197f7172 (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.