Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2010 FBO #3323
MODIFICATION

99 -- Command Historian

Notice Date
12/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-11-T-0045
 
Archive Date
1/13/2011
 
Point of Contact
Craig A. Swanson, Phone: 7578932721
 
E-Mail Address
craig.swanson@vb.socom.mil
(craig.swanson@vb.socom.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The purpose of this amendment is to extend the solicitation period for 1 day until 29 Dec 2010, 1600 Est. to provide adequate time for answering questions pertaining to this requirement. Additionally, the period of performance under CLIN 1 has been changed from 1 Jan 11 to 14 Jan 11 to allow time for technical evaluation and contract award. Below are the questions that have been asked with answer provided: Q1. Is there a work space provided at NSWDG for the vendor? YES. Q2. Is vendor developing a new data base or using existing one to populate and maintain under current format? Data base is already developed, no requirement for new programming. Q3. How is vendor compensated for services rendered throughout year? Vendor is expected to invoice on a monthly bases. Q4. Where can we get more information on Subpart 12.6? A full description of Subpart 12.6 can be found in the Federal Acquisition Regulations; Part 12 - Acquisition of Commercial Items; Subpart 12.6 - Streamlined Procedures for evaluation and solicitation for commercial items. Q5. What is the anticipated work schedule (M-F? Weekends? Hours?). The work schedule is entirely flexible and up to the vendor, only stipulation is that the requirement is met. Q6. Does NSWDG invasion one individual working this requirement or a small team dedicated. NSWDG anticipates only one person being assigned to this requirement; however, we are leaving it up to the vendors to develop their own proposals to best meet the requirement. Q7. What is the security requirements? Item 5. Security of the notice explains all security requirements. Full compliance with DoD security regulations and a DD254 as well as a minimum of Secret Clearance for all personnel having access to NSWDG records. Q8. Will travel be required (CONUS, OCONUS)? Travel is not anticipated; however, if the need would arise this will be negotiated with the vendor at the time of requirement and a modification done on the contract. his is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-11-T-0045, and a firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47 effective 13 Dec 2010. The North American Industrial Classification Code (NAICS) 541611 applies to this procurement with a business size standard of $7.0 M. This procurement is 100% set-aside for Service Disabled, Veteran Owned small businesses. The DPAS rating for this procurement is DO-S10. FOB point is Destination. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: The services of completing the Annual Command Operations Report (formerly known as Command History), document review, consultation, update, and edit to include setup and population of a Metrics database for the Naval Special Warfare Development Group (NSWDG) Virginia Beach, VA. Section B Schedule of Supplies and Services Contract Line Item Numbers (CLIN) 0001 Database Population with Annual Command Operations Report (2011) per OPNAVINST 5750.12J. Review Command History from 14 January 11 to 31 December 2011. Based upon review, interviews, research, etc., collect relevant material including after-action reports lessons learned, Command accomplishments, mission based metrics, and overall Command Summary for the calendar year. Identify data to capture, format, reports required, pertinent photos, videos/recordings and develop a database format. Populate the developed database. See Statement of Work (SOW) for details. UI GP QTY 1 CLIN 0002 (OPTION 1) Database Population with Annual Command Operations Report (2012) per OPNAVINST 5750.12J. Review Command History from 1 January 12 to 31 December 2012. Based upon review, interviews, research, etc., collect relevant material including after-action reports lessons learned, Command accomplishments, mission based metrics, and overall Command Summary for the calendar year. Identify data to capture, format, reports required, pertinent photos, videos/recordings and develop a database format. Populate the developed database. See Statement of Work (SOW) for details. UI GP QTY 1 CLIN 0003 (OPTION 2) Database Population with Annual Command Operations Report (2013) per OPNAVINST 5750.12J. Review Command History from 1 January 13 to 31 December 2013. Based upon review, interviews, research, etc., collect relevant material including after-action reports lessons learned, Command accomplishments, mission based metrics, and overall Command Summary for the calendar year. Identify data to capture, format, reports required, pertinent photos, videos/recordings and develop a database format. Populate the developed database. See Statement of Work (SOW) for details. UI GP QTY 1 Section C Statement of Work (SOW) REVIEW, CONSULTATION, AND COMPOSITION OF THE ANNUAL COMMAND OPERATIONS REPORT WITH AFTER-ACTION REPORT, LESSONS LEARNED, AND DATABASE MANAGEMENT 1. Scope: 1.1 The contractor shall conduct a complete Annual Command Operations Report (formerly known as Command History) document review, consultation, update, and edit to include setup and population of an information database for the Naval Special Warfare Development Group (NSWDG), Virginia Beach, VA. The service will cover the NSWDG Command History. In addition, the contractor shall research and complete the Annual Command Operations Report for calendar year 2011 per the requirements of OPNAV Instruction 5750.12J with options to complete the Annual Command Operations Report for calendar year 2012 and 2013. 1.2 Location of Service: NSWDG 1636 Regulus Avenue Virginia Beach, VA 23461-2299 2. Requirements: NOTE: Contractor must have an extensive knowledge of the Tactics, Techniques, and Procedures (TTP's) used by NSWDG and an in-depth understanding of operations involving Joint Special Operations Forces (SOF) to effectively fulfill this requirement. 2.1 Conduct a complete review of NSWDG Command History documents from 01 January 2011 through 31 December 2011. Conduct research, analysis, interpretation, and interviews as required to accurately complete the Annual Command Operations Report for calendar year 2011 per OPNAV Instruction 5750.12J. Present documents to NSWDG Headquarters and NSWDG Special Security Officer for review and then provide copies of final reports to higher headquarters via electronic means. Preservation and storage in Government provided secure storage on back-up CD for NSWDG is required. Contractor must publish Command Operations Report on established command portal for command access. 2.1.1 Continue to populate, organize and maintain the existing Command Database format. Identify the data to capture, format, reports required, pertinent photos, videos and recordings. Contractor will work with NSWDG ADP and Knowledge Manager to maintain the database in a useable and accessible portal format. 2.2 (OPTION 1) Complete the Annual Command Operations report for calendar year 2012 per OPNAV Instruction 5750.12J. Populate the Annual Command Database with the data required for calendar year 2012.Continuation of sections 2.1 and 2.1.1 above. All other requirements remain in effect. 2.3 (OPTION 2) Complete the Annual Command Operations report for calendar year 2013 per OPNAV Instruction 5750.12J. Populate the Annual Command Database with the data required for calendar year 2013.Continuation of sections 2.1 and 2.1.1 above. All other requirements remain in effect. 3. Period of Performance: 01 March 2011 - 01 March 2012 for the Command Operations Report. Collection period of interest is 01 January - 31 December 2011; January and February 2012 are final product preparation and distribution. 14 January 2011 - 31 December 2011 for the Command Database Program Options, if exercised by the Government, will follow the same Periods of Performance 4. Inspection and Acceptance: The Government Technical Representative will monitor the contractor's performance throughout the performance of the contract. Upon completion of work, the Lead Government Technical Representative will inspect/verify satisfactory results. 5. Security: All tasks shall be conducted in full compliance with DoD security regulations and the DD254 for this effort. At a minimum, personnel having access to the NSWDG records will have a SECRET clearance. The contractor shall not disclose or release the content of any government information or property to other than government authorized persons or activities. The contractor shall immediately notify appropriate security managers of any security violations, security incidents, or any indication of a potential unauthorized disclosure or compromise of classified or sensitive unclassified material or information. 6. Government Furnished Information: The government will provide the contractor with appropriate access to information and government personnel required to accomplish these tasks. All government furnished information and deliverables will remain proprietary to the government. Additionally, vendor information supplied as a result of this contract may require execution of non-disclosure statements between the contractor and respective vendor. 7. Government Furnished Material: Government furnished material will be provided when required, subject to approval of the Government Technical Representative. 8. Government Furnished Equipment: The government will provide access to telephones and computer systems when required as well as administrative materials required to meet commitments 9. Government Technical Representative: Reserved. 10. Travel Requirements: If required, all travel will be conducted only with prior government approval and subject to the dollar limits of the Joint Travel Regulations (JTR). CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (Jul 2004) FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) FAR 52.203-8 Cancellation, Rescission and Recovery of Funds for Illegal or Improper Activity (Jan 1997) FAR 52.204-2 Security Requirements (Aug 1996) FAR 52.204-7 Central Contractor Registration (Jul 2006) FAR 52.209-1 Qualification Requirements (Feb 1995) FAR 52.209-6 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2007) (DEVIATION) FAR 52.217-5 Evaluation of Options (Jul 1990) FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-25 Affirmative Action Compliance (Apr 1984) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) Alternate I (Dec 2001) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.222-41 Service Contract Act of 1965, as amended (Jul 2005) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (May 1989) FAR 52.222-50 Combat Trafficking of Persons (Feb 2009) FAR 52.223-6 Drug-Free Workplace (May 2001) All contractors must provide a drug-free work environment through periodic, random urinalysis. The results of the analyses must be made available to NSWDG. FAR 52.232-17 Interest (Jun 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (May 1999) FAR 52.233-1 Disputes (Jul 2002) FAR 52.244-6 Subcontracts for Commercial Items (Mar 2007) FAR 52.246-4 Inspection of Services-Fixed Price (Aug 1996) FAR 52.249-8 Default (Fixed-Price Supply and Services) (Apr 1984) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) DFARS 252.204-7004 Central Contractor Registration (Nov 2003) Alt A DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) DFARS 252.211-7003 Item Identification and Valuation (Jun 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009) (Deviation) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jan 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (Jan 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (Jan 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-2 Evaluation Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical competence, past performance, and price. Technical competence and past performance, when combined, weighs more than price. Offerors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price, and extended price. Past performance shall be current and shall not exceed three (3) fiscal years before posting date of the combined synopsis/solicitation on FBO. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options for the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time of 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. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2009) (DEVIATION) FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUNE 2007) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) SOFARS 5652.228-9000 Required Insurance (2003) SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) Section H SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Rick Smith, telephone (757) 893-2701. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact is Craig Swanson at craig.swanson@vb.socom.mil. Questions will be accepted until 27 Dec 10 at 12:00 p.m. Eastern Standard Time (EST), and posted later that day. Quotes must be received no later than 4:00 p.m. (EST) on 29 Dec 2010. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes shall be faxed (757-893-2957), or emailed to NSWDG, Attn Craig Swanson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-11-T-0045/listing.html)
 
Place of Performance
Address: Naval Special Warfare Development Group, Virginia Beach, Virginia, 23461-2299, United States
Zip Code: 23461-2299
 
Record
SN02351374-W 20101230/101228233820-560998dea308fb09d3ea9db181d8d069 (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.