Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2011 FBO #3389
MODIFICATION

U -- Industry Let Training for the 249th Engineering Battalion

Notice Date
3/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-11-T-0012
 
Response Due
3/15/2011
 
Archive Date
5/14/2011
 
Point of Contact
Jonathan J. Current, 703-428-6551
 
E-Mail Address
USACE HEC, Ft. Belvoir
(jonathan.j.current@usace.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; quotes are being requested and a written solicitation will not be issued. Reference number is W912HQ-11-T-0005 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The closing date of this synopsis/solicitation is 28 December 2010 at 4:00 P.M. EDST. The associated NAICS code for this unrestricted requirement is 611519. Contract Line Items: Line Item 0001: National Electrical Safety Code (current version) Line Item 0002: Electrical Safety for Industrial Facilities Line Item 0003: Substation Maintenance I Line Item 0004: Substation Maintenance II Line Item 0005: Electrical Safety for Industrial Facilities Line Item 0006: Cable Splicing and Terminating MV Line Item 0007: Grounding and Bonding Line Item 0008: Instructor Incidentals (Travel, Hotel and Related Expenses) to Schofield Barracks, HI for instruction of line Items 0001, 0002, and 0006* Line Item 0009: Instructor Incidentals (Travel, Hotel, and Related Expenses) to Fort Belvoir, VA for instruction of Line Items 0003, 0004, and 0005* Line Item 0010: Instructor Incidentals (Travel, Hotel, and Related Expenses) to Fort Bragg, NC for instruction of Line Item 0007 Line Item 0011: Contractor Manpower Reporting *In accordance with FAR 31.205-46, travel costs, if applicable, shall be reimbursed at rates not to exceed the maximum locality per diem rates (the combination of lodging, meals and incidentals) in effect at the time of travel, as set forth in the Federal Travel Regulations, Joint Travel Regulation and Standard Regulations, Section 925, as applicable. All air travel must be booked on American-flagged carriers, unless otherwise directed by the Contracting Officer. The appropriate Government Official, Quality Assurance Personnel or Contracting Officer shall approve travel. All invoices for travel shall be accompanied by supporting receipts. Description: Industry Led Training for Electrical Maintenance for the 249th Engineer Battalion (see Statement of Work) Periods of Performance/Delivery Date(s): See attached Statement of Work, course instruction shall be on site at the following addresses Place of Performance/Delivery: In accordance with the attached Statement of Work, course instruction shall be on site at the following addresses (please see attached Statement of work for specific information regarding where each class is scheduled to be held.): A Company, 249th Engineer Battalion (PP) Bldg X3044/Stop 425 Schofield Barracks, HI 96857 B Company 249th Engineer Battalion (PP) Bldg 3-2631 Butner Road Ft Bragg, NC 28310 249th Engineer Battalion (PP) 1416 Jackson Loop Fort Belvoir, VA 22060 The following provisions apply: FAR 52.212-1 (and any addenda to the provision) FAR 52.212-3 (include a completed copy of Offeror Representations and Certifications-Commercial Items with the offer) FAR 52.212-4 (and any addenda to the clause) FAR 52.212-5 (additional applicable FAR clauses in section b include numbers 20, 22, 23, 24 and 39 and in section c include number 1) FAR 52.252-1 DFARS 252.212-7001 (Gratuities and number 19) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) Award will be made to the responsible offeror whose RFQ contains the combination of those criteria offering the best overall value to the U.S. Government in accordance with FAR 15.101-1. This will be determined by evaluating the non-pricing factors of the RFQ (including the subfactors), and the pricing factors or price to the Government. Competing proposals shall be evaluated against the requirements of the solicitation in order to express their strengths, weaknesses, deficiencies, and risks. PROPOSAL INSTRUCTIONS AND EVALUATION FACTORS GENERAL: 1. These instructions are designed to provide general guidance for preparing proposals as well as providing instructions on proposal organization, format and content. The Offeror's proposals should include all documents and information requested and should be submitted in accordance with the instructions. The Government reserves the right to consider only those proposals submitted in accordance with instructions set forth in this solicitation. A proposal that omits material elements required by the RFQ may be eliminated from further consideration. The Government reserves the right to make an award based on initial offers received without discussions. 2. The proposal should be clear, concise, and include adequate detail for effective evaluation. The proposal should not simply rephrase or restate the Government's requirements, but rather provide convincing rationale to address how the Offeror intends to meet the requirements of the solicitation. The Government will evaluate proposals based on the information presented in the offeror's proposals. PROPOSAL CONTENT AND FORMAT: 1. In order to provide all necessary information for a comprehensive technical evaluation and price analysis, offerors must submit a proposal in four (4) separate sections and be clearly and concisely written as well as being indexed and logically assembled. Proposals should be clearly stated so that Government personnel with general training can make a thorough evaluation and arrive at a sound determination as to whether the services proposed would satisfy the stated requirements. 2. PART 1 - TECHNICAL APPROACH FACTOR a. Offerors must submit written data to support their understanding of the requirement and their proposed means of fulfilling the requirement. Offerors should provide a complete narrative for each element listed under the Technical Approach Subfactors as stated below. NOTE: Statements that "the Offeror understands", "can or will comply with all specifications", statements paraphrasing the specifications or parts thereof, or phrases such as "standard procedures will be used" or "well known techniques will be used" will be considered insufficient and could render the proposal as unacceptable. b. Subfactor 1: Experience of Personnel: (1)Demonstrate expertise and experience of personnel proposed to perform the services as well as equipment and supplies that will be used to perform the required tasks (2)Describe and provide documentation of all applicable certifications, licenses, permits, (i.e. State Electrician Licenses, OSHA/NFPA/IEEE/NETA compliant certifications etc.) for instructors. Include documentation of personnel experience in providing similar services to those identified in the overall Performance Work Statement. c. Subfactor 2: Scheduling of Tasks: (1)Demonstrate a clear understanding of the all the technical features involved in performing the tasks identified in the overall contract Performance Work Statement (i.e. Detailed Course Outlines with course material samples for some specified requirements). 3. PART 2 - PAST PERFORMANCE FACTOR a. Offeror's Past Performance information submitted as required by FAR 52.212-1, instructions to Offerors - Commercial Items, will be used to make a determination of the level of performance risk associated with each offeror. Offerors should provide performance history and references to demonstrate satisfactory performance for at least three prior contracts that are similar in size and scope and complexity to this requirement, performed within the last five (5) years. References should also be provided for any anticipated subcontractor to be used. Offerors should provide the following: Reference: Name, Address, POC and phone Numbers Contract, Value, and Dates: Description of the Contract Effort: Relevance to this Solicitation: b. Each Offeror will be evaluated on its performance under existing and prior efforts for similar services. The offeror may include an overall narrative explaining what aspects of the contract efforts are deemed relevant to the proposed effort, as well as significant accomplishments and difficulties. Offerors are responsible for the accuracy and completeness of all information and the Government does not assume the responsible for conducting research as a result of incorrect reference information of any kind. The references should be provided in descending order, with the most relevant contracts appearing first. c. Performance information will be used for both the responsibility determination as well as an evaluation factor. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. d. Offerors may describe any quality awards or certifications that indicate exceptional capacity to provide the service or product described in Performance Work Statement. e. The U.S. Army Corps of Engineers (USACE) may use past performance information obtained from other than the sources identified by the offeror. USACE shall determine the relevance of similar past performance information. 4. part 3 - Management APPROACH factor a. Offerors must submit written data to support their understanding of the requirement and their proposed means of fulfilling the requirement. Offerors should provide a complete narrative for each element listed under the Management Approach Subfactors as stated below. NOTE: Statements that the Offeror understands, can or will comply with all specifications, statements paraphrasing the specifications or parts thereof, or phrases such as "standard procedures will be used" or "well known techniques will be used" will be considered insufficient and could render the proposal as unacceptable. b. Subfactor 1: Overall Organization of Personnel: (1)Demonstrate ability of overall personnel plans/structure to provide a reasonable number of personnel, with sufficient training, to provide all the tasks and services identified in the overall Performance Work Statement. (2) Demonstrate efficient methods of communication with personnel and with Government Representatives. c. Subfactor 2: Records and Reports: (1)Demonstrate identification, effective processing, administration of all records, and reports. Examples of such records and reports include sign-in sheets, schedules of tasks, deficiency reports and trainee feedback/comment sheets. d. Subfactor 3: Quality Control Plan: (1) Completeness and reasonableness of Quality Control Plan including methods of tracking and inspecting the instructors' completion of specified training delivery and methods of identifying/preventing/correcting deficiencies. 5. PART 4 - PRICE FACTOR. a. The Offeror's Price proposal must consist of the signed copy of the SF 1449 and total prices for the services requested for the Base and Option Periods included on the Continuation Page of the SF 1449. It is expected that this contract will be awarded based upon a determination that there was adequate price competition; therefore, the offeror is not required to submit or certify cost or pricing data. However, after receipt of proposals, if the Contracting Officer determines that adequate price competition does not exist in accordance with FAR 15.804-3, the offeror shall be required to provide cost or pricing data. 6. 5. BASIS FOR AWARD: a. Award will be made to the responsible Offeror whose proposal contains the combination of those criteria offering the best overall value to the U.S. Government, in accordance with FAR 15.101-1. The Government reserves the right to consider only those proposals submitted in accordance with all instructions set forth or referenced in this solicitation. A proposal that omits material elements required by the RFQ may be eliminated from further consideration. The Government may reject any or all offers if such action is determined to be in the Government's best interests and in accordance with the criteria set forth in this solicitation. b. The evaluation will be based on a complete assessment of each Offeror's proposal. The Government will evaluate proposals based on the Evaluation Factors/Criteria identified above. It is important that Offerors possess a complete understanding of what each factor requires and accurately interprets their relative order of importance when preparing proposals in response to this solicitation. The cumulative relative importance of the non-pricing evaluation factors are significantly more important when compared to the pricing factor. c. Evaluation Factors are in descending order of importance with the Technical Approach Factor being significantly more important than the Past Performance Factor, which is more important than the Management Approach Factor. Subfactors listed under major factors are of equal importance within their respective major factor. d. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions. IAW with FAR 15.101-1(2), the evaluation factors other than price, when combined, are significantly more important than price. e. 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 offer's 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. (End of clause) Wage Determination for Schofield Barracks, HI (See Attachment) Wage Determination for Fort Belvoir, VA (See Attachment) Wage Determination for Fort Bragg, NC (See Attachment) Contract Manpower Reporting Clause (See Attachment) Clauses may be accessed electronically in full text through http://farsite.hill.af.mil or www.acquisition.gov/far. Contractors must be actively registered with Central Contractor Registration (CCR) at http://www.ccr.gov. Due Date: The due date for the delivery of a response to this combined synopsis/solicitation is on or before 4:00 P.M., Eastern Standard Time (EST), 15 March 2011. The POC for this requirement is Jonathan Current, Contract Specialist, Phone: 703-428-6551, Fax: 703-428-6725, Email: Jonathan.J.Current@usace.army.mil. Contracting Office Address: USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860 Place of Performance: USACE HEC, Ft. Belvoir ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860 US Point of Contact: Jonathan Current, 703-428-6551
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-11-T-0012/listing.html)
 
Place of Performance
Address: USACE HEC, Ft. Belvoir ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
Zip Code: 22315-3860
 
Record
SN02394211-W 20110306/110304234715-5e5cbccc716f589e9cdee6ba97975234 (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.