Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2010 FBO #3291
SOLICITATION NOTICE

U -- Pre Deployment Training Package

Notice Date
11/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700111Q0044
 
Response Due
12/10/2010
 
Archive Date
12/25/2010
 
Point of Contact
HAROLD KOSTEM 910-451-1769 Lisa Williams, 910-451-1535
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Solicitation number M67001-11-Q-0044 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. The North American Industrial Classification System (NAICS) code for this requirement is 611699, All Other Miscellaneous Schools and Instruction. Pursuant to FAR 22.1006(a), this acquisition shall comply with the Service Contract Act of 1965. This acquisition is being conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. MCIEast, Contracting Department, Camp Lejeune Office intends to procure Pre-Deployment Tactical Training Package. Explosive Ordnance Disposal Company (EOD Co), 8th Engineer Support Battalion requires contracted support to provide its personnel with development, sustainment, and enhancement of their existing tactical skill sets. EOD Co provides deploying personnel that can operate and support combatant commanders and other ground combat elements conducting combat, counter insurgency, and stability operations in support of its organizational METLs. As an operational component providing EOD personnel to various combat and special purpose forces, EOD Co requires outsourced training in order to meet its compressed training time availability. This outsourced training will include subject matter expertise (SME) and instruction in multiple disciplines, materials, facilities, and miscellaneous support CLIN 0001: Pre-Deployment Tactical Training Package The descriptions of the contract requirements for the training services are outlined in the Statement of Work (SOW) as set forth in Attachment 1. The Government anticipates award of a Firm-Fixed Price contract. Please refer to Attachment 1 for the period of performance and date of services. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. A vendor ™s quote must be written in a logical, practical, clear, concise and logically assembled manner, containing all pertinent information in sufficient detail to provide the evaluators with a clear understanding of the vendor ™s approach and to permit evaluation of the proposed program. It is the responsibility of the vendor to present enough information to allow the various work efforts, support, and management approaches to be meaningfully evaluated without discussions. The vendor ™s initial quote should contain the vendor ™s best terms from a price and technical standpoint. However, the Government reserves the right to communicate with vendors if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotations if such action is in the public interest; accept other than the lowest quotation; and waive informalities and minor irregularities in quotations received. A quote must be internally consistent or the quote will be considered unrealistic and may be considered unacceptable. Evaluation of the technical approach will be based upon the extent to which the vendor thoroughly and accurately describes the overall technical solution. In accordance with FAR 52.219-9, all other than small businesses must submit a Subcontracting Plan to be considered for an evaluation. The provision at FAR 52.212-1 does not apply. The evaluation procedures to be used are as follows: The Government will award a single contract resulting from this request for quotes to the responsible vendor whose quote, conforming to the RFQ, will be most advantageous to the Government, price and other factors considered. This procurement is being conducted pursuant to FAR 13.5. As such, evaluation procedures pursuant to FAR 13.106 will be utilized to the maximum extent possible. Quotes will be evaluated in an efficient and minimally burdensome fashion. The Contracting Officer reserves the right to evaluate quotes without the use of formal evaluation procedures such as establishing a competitive range, conducting discussions, scoring quotations, and to make an award to other than the lowest quote. The Contracting Officer may conduct comparative evaluations of offers pursuant to FAR 13.106-2(b). Evaluation Factors: The following factors shall be used in the evaluation of quotes: 1) Technical Capability: defined as a) demonstration of the capability to perform all the requirements in this RFQ (SME cerificates, Quality Assurance Plan and Technical/Management Proposal combined); b) corporate experience providing this type of training for the United States Armed Forces. 2) Past Performance; and 3) Price. Technical capability and Past performance are equal in value. The combined value of Technical Capability and Past Performance shall be evaluated as more important than Price. For corporate experience and past performance, the vendor shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the services were performed, a brief description of the services performed, and the phone number and/or email of a contact for each contract listed. The information may also include a description of any quality awards earned by the vendor. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Vendors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance and will receive a neutral rating. The vendor should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The Government may give greater consideration to the contracts that the Government feels are most relevant to the RFQ. In addition, vendors are required to submit a Quality Assurance Surveillance Plan (QASP) to be considered technically acceptable. QASP is subject to approval by the Contracting Office. The quote must include the following: 1) Introductory Folder 2) Technical/Management Proposal (demonstration of the capability to perform all the requirements in this RFQ). 3) Certificates of Subject Matter Expertise (SME) as required in section 3.14 of SOW (Attachment 1). 4) Cost Proposal 5) Small Business Utilization 6) Quality Assurance Plan 7) Past Performance See Attachment 1 for the clauses which are applicable to this procurement. Vendors shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record with their quote. Vendors shall also provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.acquisition.gov/far/ and DFARS website: http://farsite.hill.af.mil/VFDFARA.HTM. Vendors are required to provide their Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Vendors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1769. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. All responsible sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award. Direct all questions regarding this solicitation to Harold Kostem only via emial, harold.kostem@usmc.mil no later than 02 December 2010, 11:00 am. The closing date and time for this solicitation is 10 December 2010, 11:00 am. Only e-mail submittals will be accepted. Vendors must ensure that the subject line of the email contains the solicitation number for identification purposes. Fax and mail submittals will not be accepted. Vendors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to harold.kostem@usmc.mil, Telephone 910-451-1769.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0044/listing.html)
 
Record
SN02334129-W 20101128/101126233225-bc0b07187be0c18a012f4e1bbc63c353 (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.