Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

U -- Civilian Professional Development Program

Notice Date
4/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
MICC Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-11-T-0035
 
Response Due
4/26/2011
 
Archive Date
6/25/2011
 
Point of Contact
Cole Cook, 5804422845
 
E-Mail Address
MICC Fort Sill
(cole.cook@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. ACTION CODE:Combined Synopsis/Solicitation Notice CLASS CODE:U008 NAICS CODE:541611 SUBJECT:Civilian Professional Development Program SOLICITATION NUMBER:W9124L-11-T-0035 SET-ASIDE CODE:100% Small Business CLOSING DATE:26 April 2011 at 4:00 p.m. CST PLACE OF PERFORMANCE: The place of performance for this Contract shall be Fort Sill, OK 73503. POINT OF CONTACT: Cole Cook, Contract Specialist, PH: 580-442-2845 or e-mail cole.cook@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; quotations are being requested and a written solicitation will not be issued. This solicitation represents a Firm Fixed Price requirement. Quotes are due by 4:00pm CST, April 26, 2011. (B.) This Solicitation W9124L-11-T-0035 is a Request for Quotation (RFQ) for Civilian Professional Development Program services in accordance with the Statement of work. (C.) VENDOR MUST PROVIDE THE FOLLOWING INFORMATION: 1.Company Name/Address: 2.DUNS #: 3.Cage Code: 4.Federal Tax ID: 5.Business Size: 6.Business Type: ____________(Minority/Woman-Owned/Disadvantaged/Veteran-Owned, etc.) 7.Delivery Date: _____________days After Receipt of Order (ARO) 8.Point of Contact: 9.POC Phone/Fax/E-mail: 10.Total amount of Bid: $_____________ CURRENT CCR REGISTRATION IS MANDATORY. PAYMENT WILL BE MADE VIA WIDE AREA WORKFLOW (WAWF). THE GOVERNMENT WILL NOT AND CANNOT MAKE PAYMENT THROUGH PAYPAL. (D.) This Solicitation document incorporated provisions and clauses that are in effect through Federal Acquisition Circular 2005-50, effective 15 April 2011. (E.) This acquisition is set aside for small businesses, the associated NAICS Code is 541611, and size standard is $7.0 million. This solicitation is issued under FAR Subpart 13.5 - Test Program for Certain Commercial Items Requirement is as follows: (F.) BID SCHEDULE: Please provide quotes in the spaces for the following CLIN(s): CLIN 0001: QTY: 12UNIT: Months Civilian Professional Development Program FFP The contractor shall provide a performance acceleration program that can offer leadership development solutions with facilitation and customized curriculum development and performance coaching to maximize output of leadership teams and employees. Program must facilitate the entire change process, making sure that the employees see positive progress and a return on the investment in their teams. Program must identify lack of clarity and action from employees and sections around command priorities; ramp up new supervisors in key and development positions; increase productivity and cohesion in a select activity/agency on post; build a more engaging culture to improve employee performance; prepare key personnel for succession planning; and determine an effective strategy for increasing performance. Program should provide current and future leaders with one-on-one development coaching, specifically assessing and addressing each individual's strengths/needs, with unbiased support and unwavering candor necessary to push their performance potential. Utilize personal performance coaching to engage leaders in understanding their strengths and potential risks, so employees can utilize their talents more strategically and with greater speed to action by conducting a full assessment of a specified individual's leadership acumen with respect to Character, Risks, Drivers and Rewards using the CDR 3-Dimensional Suite assessment; develop individual development plans with actionable, time-based, and measureable goals; develop and coach specified individuals' on self-awareness and new insights on individual motivation, strengths, leadership capabilities and potential risks. Unit Price $ ______________Total Amount of CLIN: $ ___________ CLIN 0002: QTY 1UNIT: Each Accounting for Contract Services FFP In accordance with the paragraph entitled "Accounting for Contract Services," the Contractor shall provide an annual report for Accounting for Contract Support. This report is due upon completion of services, but no later than 31 October 2011. Unit Price $ ______________Total Amount of CLIN: $ ___________ CLIN 0003: QTY 1UNIT: Each Accounting for Contract Services FFP In accordance with the paragraph entitled "Accounting for Contract Services," the Contractor shall provide an annual report for Accounting for Contract Support. This report is due upon completion of services, but no later than 31 October 2012. Unit Price $ ______________Total Amount of CLIN: $ ___________ TOTAL BID AMOUNT FOR ALL CLINS: $_____________________ (G.) PERFORMANCE WORK STATEMENT (PWS) Civilian Professional Development Program C.1 General C.1.1 Background The United States Army Fires Center of Excellence and Fort Sill requires a performance acceleration program that can offer customized leadership development solutions with facilitation and customized curriculum development and performance coaching to maximize output of leadership teams and employees. The program must facilitate the entire change process, making sure that the employees see positive progress and a return on the investment in their teams. 1.Identify lack of clarity and action from employees and sections around command priorities. 2.Ramp up new supervisors in key and developmental positions. 3.Increase productivity and cohesion in a select activity/agency on post. 4.Build a more engaging culture to improve employee performance. 5.Prepare key personnel for succession planning. 6.Determining an effective strategy for increasing performance. C.1.2 Objective To provide current and future leaders with one-on-one development coaching, specifically assessing and addressing each individual's strengths/needs, with unbiased support and unwavering candor necessary to push their performance potential. The civilian leaders in the FCoE are valuable assets. The FCoE depend on them to execute strategy and get results. Utilize personal performance coaching to engage leaders in understanding their strengths and potential risks, so employees can utilize their talents more strategically and with greater speed to action by: 1.Conduct a full assessment of a specified individuals' leadership acumen with respect to: Character, Risks, Drivers and Rewards using the CDR 3-Dimensional Suite assessment*. 2.Develop individual development plans with actionable, time-based, and measureable goals 3.Develop and coach specified individuals' on self-awareness and new insights on individual motivation, strengths, leadership capabilities and potential risks C.1.3 Period of Performance The Period of Performance for this PWS is 12 months. C.1.4 Place of Performance The primary place of performance shall be Fort Sill, Oklahoma. C.1.4.1 Travel The contractor shall be required to travel in performance of task orders issued under this contract. The cost of travel will be included in the overall cost of the contract. C.1.5 Hours of Work Facilities will be available during normal weekday duty hours from 0700 - 1700 unless otherwise stated. If access to buildings is required other than normal duty hours by the contractor advanced notification is required through the COR. The Contractor must be available and present daily at the need of the Government. Acronyms ASHREAAmerican Society of Heating, Refrigeration, and Engineering Association CACCommon Access Card CORContracting Officer's Representative CRXXIClassroom XXI DTACDigitized Training Access Center DODDepartment of Defense IDIdentification IDIQIndefinite Delivery Indefinite Quantity FCoEFires Center of Excellence FSCFederal Service Code HVACHeating, Ventilation, & Air Conditioning JTPJoint Travel Regulation KOContracting Officer LANLocal Area Network OSHAOccupational Safety & Health Administration PMProgram Manager POCPoint of Contact PWSPerformance Work Statement RFQRequest for Quote TRADOCTraining and Doctrine Command UICUnit Identification Code WAWFWide Area Work Flow XMLExtensible Markup Language C.3 Government Furnished Property and Services C.3.1 Government Furnished Resources The Government will provide required classroom space and IT/AV equipment to facilitate training. C.3.2 Access to Government Facilities The Contractor will be allowed limited access to the Government's facilities, as specified within the PWS. C.3.4 Physical Security The Contractor shall be responsible for safeguarding all Government property provided for contractor use. At the end of normal duty hours and/or after normal duty hours, all Government facilities, equipment and materials must be secured. C.3.4.1 In the event keys, other than master keys, are lost or duplicated, the Contractor may be required, upon written direction of the COR, to re-key or replace the affected lock or locks at no cost to the Government. The Government may, however, at its option, replace the affected lock or locks or perform re-keying and deduct the cost of such from the monthly payment due the contractor. If a master key is lost or duplicated, the Government must replace all locks and keys for that system and the total cost deducted from the monthly payment due the Contractor. C.3.4.2 The Contractor must prohibit the use of keys/CACs issued by the Government by any persons other than the Contractor's employees. Opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in performance of work requirements in those areas is prohibited. C.4 Qualifications & Certifications: C.4.1 The contractor shall have the following certifications: Certified Master Coach (CMC) via an accredited Coaching Institute Certified Coach and Facilitator of the CDR 3-D Suite Executive Coaching Tool Certified Master Creative Problem-Solving Facilitator Certified Pfeiffer Partner and facilitator of "The 5 Dysfunctions of a Team" program Certified Strengths Performance Coach, via the Gallup Organization C.4.2 The contractor shall have the following qualifications: Completed the Results Coaching Systems, New York University Accredited Coach and Facilitator of Team Management Profile development tools Completed the Chicago's Second City Leadership Program C.4.3 The contractor shall have the following minimum prior experience: Contractor shall show a minimum of 8 years of Executive Level Coaching. Executive level coaching is defined as senior government (GS15 and above) or corporate managers (COO, CEO, CFO or Senior VP) with activities or business with 50 plus employees. C.4.4 The contractor should be partnered with like organizations that utilize proprietary assessments, provide validated facilitation surveys/tools, and Ph.D.level-based techniques and experience such as the CDR Assessment Group, Pfeiffer Publishing, Triad Associates, and the KRW International Research Institute. C.5 Leader Development C.5.1. Key Leader Development Objectives. The contractor shall provide the current and future directorate leadership with 25 one-on-one in person coaching, specifically assessing and addressing each individual's strengths/needs, with unbiased support and unwavering candor necessary to push their performance potential. Professional development and coaching must utilize a 3-pronged approach that includes the coachee, the coach and Fort Sill Senior leadership for in-person debriefs quarterly with the coachee's supervisor for discussion, and validation, of key progress. C.5.1.A. Coaching Structure 1.Provide weekly (52) hour-long phone coaching sessions involving the creation of action items, determination of progress, and candid discussion of current issues as required. 2.Execute 25 coaching sessions that are bi-weekly based upon client need and length of engagement. 3.Provide each employee with access to the contractor 24/7 via e-mail, with unlimited "check-in" calls, up to 15 minutes in length. 4.Provide the Fort Sill Senior Leadership with progress updates quarterly. C.5.1.B. Key Deliverables 1.The contractor shall provide a full assessment of each supervisor's leadership acumen with respect to: Character, Risks, Drivers and Rewards using the CDR 3-Dimensional Suite assessment. 2.The contractor shall Provide an individual development plan with actionable, time-based, and measureable goals 3.The contractor shall develop a coaching relationship built on trust, respect, and confidentiality 4.The contractor shall develop a raised level of self-awareness and new insights on individual motivation, strengths, leadership capabilities and potential risks C.5.1.C. The CDR 3-Dimensional Assessment The contractor shall utilize the CDR 3-D Suite to provide a specific, tangible performance and development suggestions. The contractor shall provide the following from the CDR 3-D Suite: 1.Character and leader acumen, forte, strengths, best-fit role, emotional intelligence, and more. 2.Risks factors that can impede effectiveness, damage relationships and lead to derailment. 3.Personal drivers, motivation, aversions, and values of key leaders. 4.The contractor shall provide results that can be used for: succession planning, selection strategic team development, incentive program design, human capital analysis. 5.The contractor shall ensure these tools are scientifically valid and are EEO neutral (having no adverse impact) and are linked to job performance. 6.The contractor shall ensure the CDR 3-D Suite reveals what talent exists so that the employee's capability can be productively developed and managed. Identify talent gaps, lopsidedness, damaging risk clusters, and under-utilization can ruin even the best laid plans. 7.Contractor shall provide a comprehensive certification process for internal and external use. C.6. Team Building C.6.1. Team Objectives Execute highly interactive group sessions with activities specifically relevant to the real-time needs of a team. 1.Ensure understanding of the expectations for a cohesive team 2.Ensure understanding of the degree to which the team currently meets the expectations 3.Ensure understanding of the degree to which the team currently meets the expectations 4.Develop an action plan for improving teamwork 5.Develop a personal plan for making progress on individual commitments, accountability, and results Provide participants with a Patrick Lencioni's book, The Five Dysfunctions of a Team before the session and receive his accompanying Field Guide to support their learning and integration of their commitments post-session. C.6.2 Deliverables. C.6.2.1 Initial. 1.The contractor shall provide eight coaching sessions with eight directorate divisions comprising as few as 10 employees and as many as 25 employees involving overcoming the 5 Dysfunctions of a Team with the creation of action items, determination of progress, and candid discussion of current issues as required. 2.The contractor shall provide and proctor confidential online surveys with each employee to establish an employee baseline. 3.The contractor shall provide each employee a copy of, "The 5 Dysfunctions of a Team", by Patrick Lencioni. 4.The contractor shall provide each employee with access to the contractor 24/7 via e-mail, with unlimited "check-in" calls, up to 15 minutes in length. 5.The contractor shall provide the Fort Sill Senior Leadership with progress updates quarterly. C.6.2.2 90 Day Assessment 1.The contractor shall provide each team (8) with a half-day session to assess any progress and celebrate milestones achieved, in addition to creating a sense of urgency for accelerating results in the following months. 2.The contractor shall conduct a minimum session (3-4 hours) with one or two Facilitator per team for each team (8). 3.Re-test of the self scored online team survey, as well as a comparison report against the team's baseline scores. 4.The contractor shall conduct discussion of "what's still getting in the way" for each team (8) and how they will work to address each challenge. 5.The contractor shall conduct a short team exercise with debrief to enhance progress moving forward (customized based on each team's needs). C.6.2.3 Six Month Assessment 1.The Contractor shall conducts an assessment of each team (8) at the six month mark to assess progress and celebrate milestones related to each team's Thematic Goal, adherence to their new Rules of Engagement, and movement within each of the 5 Fundamentals of a high performing team. 2.The contractor shall conduct a minimum session (3-4 hours) with one or two Facilitator per team for each team (8). 3.The contractor shall conduct final re-test of the self scored online team survey, as well as a comparison report against the team's baseline scores. 4.The contractor shall develop new "Team Commitments" for raising the bar to further improve team performance in for the next calendar year. C-7. ADMINISTRATIVE CONSIDERATIONS C.7.1 Payment for Unauthorized Work No payments will be made for any unauthorized supplies and/or services or for any unauthorized changes to the work specified herein. This includes any services performed by the Contractor of their own volition or at the request of an individual other than a duly appointed Contracting Officer. Only a duly appointed Contracting Officer is authorized to change the specifications, terms, and conditions under this effort. C.7.2 Invoice Inspection and Acceptance All invoices will be inspected by the COR. The Contractor shall deliver a monthly progress report covering all the services stated in PWS. This monthly progress report will be the method for identifying deficiencies in the quality of service performed before the level of performance becomes unacceptable. C.7.3 Standards of Conduct C.7.3.1 The Contractor will be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity. The Contractor is also responsible for ensuring that its employees and those of its subcontractor(s) do not disturb papers on desks, open desk drawers or cabinets, use Government telephones, except as authorized, or otherwise jeopardize the security and the privacy of Government employees, its clientele, and the contents and property of the federal building(s) in which the task work is performed. Each employee or supervisor of the Contractor is expected to adhere to standards of behavior that reflect credit on themselves, their employer, and the Federal Government. C.7.3.2 The Contractor will be responsible for taking such disciplinary action, including suspension without pay or removal from the worksite, with respect to its employees, as may be necessary to enforce those standards. C.7.3.3 Where applicable, the requirements of this clause must be expressly incorporated into subcontract(s) and must be applicable to all subcontractor employees who may perform recurring services or work at the federal building and grounds of this task. C.7.3.4 The Government retains the right to permanently remove any employee of the Contractor from performing duties assigned under this task at the federal building should the employee's performance so warrant. The Government will request the Contractor to immediately remove any employee of the Contractor from the federal building/work-site should it be determined by the Contracting Officer that the individual employee of the Contractor is "unsuitable" for security reasons or for otherwise being found to be unfit for performing his assigned duty at a federal building. The following areas (not all-inclusive) are considered justification for requesting the Contractor to immediately remove an employee from a federal building/work site: C.7.3.4.1 Neglect of assigned duty and refusing to render assistance or cooperate in upholding the integrity of the security programs at the worksite; C.7.3.4.2 Falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records, or concealment of material facts by willful omissions from official documents or records; C.7.3.4.3 Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words or actions, or fighting; participation in disruptive activities which interfere with the normal and efficient operations of the Government; C.7.3.4.4 Theft, vandalism, immoral conduct, or any other criminal actions; C.7.3.4.5 Selling, consuming, or being under the influence of intoxicants, drugs, or controlled substances which produce similar effects; C.7.3.4.6 Improper use of official authority or credentials, as a supervisor or employee of the Contractor; C.7.3.4.7 Violation of agency and Contractor security procedures and regulations; and (viii) Violation of the rules and regulations governing federal public buildings and grounds, set forth in 41 CFR Subpart 101-20.3, "Conduct on Federal Property". C.7.4 Conflict of Interest The Contactor shall receive no privileged, proprietary, or otherwise sensitive information without the Government's knowledge and without both the Government and Contractor implementing appropriate safeguards or agreements thereon. Contractor shall 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 shall be required, prior to working, to sign a non-disclosure statement for the Government agreeing not to share any information or data with other contractor personnel not assigned to the project or, if assigned to the project, which has not signed a non-disclosure statement. The signed nondisclosure statements shall be furnished to the contracting officer prior to contract performance. The company shall include, with its submission of the RFQ, its plan to "firewall" these employees and enforce this provision (i.e., internal controls, training, etc.). Failure to adhere to these non-disclosure safeguards may result in termination of this task. Final authorship and copyright (if required) of any deliverable shall be with the Government. The Contractor cannot gain any unfair advantage. C.7.4.1 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 government point of contact, and a phone number for that point of contact. C.7.5 Non-Personal Services Clause The Government and the Contractor understand and agree that the work described in this task 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 contractors of the Government. 2.Shall NOT be placed in a position where they are under the supervision, direction or evaluation of a federal contractor, 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 duty 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 or civilian personnel, or personnel of other contractors, or becomes part of the Government organization. Further as this contract/task does not create an employer-contractor 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. C.7.6 Vehicle Registration Fort Sill, Ok, is a restricted access military installation. All contract employees shall register their vehicles with the Provost Marshall's Office to gain access onto the military installation. A valid driver's license, government-furnished civilian ID card, proof of insurance, and current vehicle registration must be presented to the Provost Marshall's Office, at which time, a Department of Defense decal shall be issued. The decal shall be placed on the vehicle in accordance with the policy established by the Ft Sill, OK provost Marshall. All vehicles, with or without a DOD decal, are subject to search. Contract employees may encounter long delays for vehicle inspection and identification checks upon entering and exiting the installation. The Government shall not reimburse the Contractor for time spent at installation checkpoints. Contract employees shall plan accordingly and report to work at their scheduled duty time. Contract employees shall follow installation procedures for removal and turn-in of the decal upon termination of services under this contract. C.7.7 Contractor Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including Sub-Contractor manpower) required for performance of this contract. The Contractor is required to completely fill in all required information using the following web address: www.https://Contractormanpower.army.pentagon.mil. The required information includes: 1.Contracting Office, Contracting Officer, Contractor Officer's Technical Representative; 2.Contract number, including task and delivery order number; 3.Beginning and ending dates covered by reporting period; 4.Contractor name, address, phone number, e-mail address, identity of Contractor employee entering data; 5.Estimated direct labor hours (including sub-Contractors); 6.Estimated direct labor dollars paid this reporting period (including sub-Contractors); 7.Total payments (including sub-Contractors); 8.Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor, if different); 9.Estimated data collection cost; 10.Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); 11.Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); 12.Presence of deployment or contingency contract language; 13.Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). C.7.7.1 As part of its submission, the Contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors 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 Contractor's systems to the secure web site without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. C.7.8 Safety and Accident Prevention In performing work under this contract the Contractor shall: 1.Conform to the specific safety requirements established by this contract; 2.Comply with the safety rules of the Government installation that concern related activities not directly addressed in this contract; 3.Take all reasonable steps and precautions to prevent accidents and preserve the life and health of Contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and 4.Take such additional immediate precautions as the Contracting Officer may reasonably require for safety and accident prevention purposes. The installation Safety Officer will be responsible for monitoring the Contractor in the area of safety and accident prevention. In the event of an industrial type on-post accident resulting in the serious or fatal injury to a Contractor employee or employees, the following procedures will be followed: 1.Call 911, transport Contractor employee(s) off-post to the nearest facility. 2.Advise the Military Police, on the installation. 3.Notify the Safety Office, on the installation. 4.Advise the KO and COR. All provisions of AR 385-40 and supplements will be complied with in order that necessary follow-up actions can be accomplished. C.7.9 Environmental Non-Compliance Should the Prime Contractor or any subcontractor be found to be in non-compliance with any of the State, County, or Local regulations, all penalties, fines, costs and/or fees assessed against the Agency, Department of Army, or the Contractor shall be paid by the Contractor with no change in contract price. C.7.10 Advertising on Contractor Vehicles Advertising displayed on Contractor vehicles is permitted provided that the advertising is so worded as not to imply Army or United States Government approval or sanction of the advertised service and is not embarrassing or detrimental to the Government. C.7.11 Access Subject to military security regulations, the Government shall permit the contractor access at all reasonable times to Government-furnished facilities, provided that if by reason of military necessity the Government is unable to permit access, the Government, at its own risk and expense, shall maintain these facilities during the period of no access, unless the service failure results from the Contractor's fault or negligence. During periods when the Contractor access is not permitted, cost attributable to loss of or damage to the equipment due to the fault or negligence of the Government, shall be reimbursed to the Contractor at mutually acceptable rates. Failure to agree shall be a dispute concerning a question of fact within the meaning of the "Disputes" clause of this contract. C.7.12 Legal Public Holidays The following is a list of legal public holidays, which is provided for informational purposes in which the government will not be open for business. New Year's Day1 January Martin Luther King's BirthdayThird Monday in January Presidents' DayThird Monday in February Memorial DayLast Monday in May Independence Day4 July Labor DayFirst Monday in September Columbus DaySecond Monday in October Veterans' Day11 November Thanksgiving DayFourth Thursday in November Christmas Day25 December C.7.13 Responsibility for Administration of Contract C.7.13.1 The Contracting Officer is responsible for the administration of this contract. The Contracting Officer alone is authorized to take action on behalf of the Government which results in changes in the terms of the contract, including deviations from specifications, details, and delivery schedules. Communications pertaining to contractual administrative matters will be addressed to the Contracting Officer. No changes in or deviation from the scope of work shall be effected without a written modification to the contract executed by the Contracting Officer. C.7.13.2 No oral statement of any person, in any manner or degree, shall 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. C.7.13.3 Point of contact at the Directorate of Contracting - Fort Sill will be the following individual: Mrs Lisa G. Slagle, Contracting Officer, (580) 442-3653 C.7.14 Quality Control The Contractor is responsible for the quality of the product/services delivered under the terms and conditions of this contract and all delivery orders to this contract. The Contractor shall develop and maintain an effective Quality Control Plan/Program (QCP) that is acceptable to the Government. The plan shall ensure all services/products required by the ID/IQ contract and all delivery orders are delivered in accordance with all the requirements of this PWS as well as the associated delivery orders. The Contractor's QCP shall implement procedures which indentify, prevent and ensure non-recurrence of defective services. The QCP shall be delivered to the Government within thirty (30) days of contract award and the Government will have ten (10) working days to review and accept or send the plan back for revision. In the event revisions are required the Contractor shall make the appropriate revisions and return the revised QCP to the Government within five (5) working days of receipt of notification to revise. After acceptance of the QCP by the Contracting Officer any future proposed revisions must be submitted to the Contracting Officer for approval. C.7.15 Emergency Medical Services Under the provisions of AR 40-3, Medical, Dental, and Veterinary Care, Army medical activities will provide emergency care to Contractor personnel while performing work under this award, when required to prevent undue suffering or loss of life for job-related injuries. The provider on duty will assess, treat and stabilize the patient, and determine whether to discharge or transfer the patient to a civilian facility for additional medical treatment. The Contractor shall be responsible for all medical expenses incurred. Army medical activities will invoice the Contractor for all services rendered at Army hospitals by Army medical personnel to include contract physicians, physicians, physician's assistants and other medical personnel. C.7.16 U.S. Citizen or Work Permit All contractor employees performing work under this PWS shall be citizens of the United States or have a valid U.S. work permit. TECHNICAL EXHIBIT 1 Performance Requirements Summary Civilian Professional Development Program Performance ObjectivePerformance StandardsAcceptable quality level (AQL)Lot Size/Monitoring Method Leadership Assessment100% Assessment100% Complete1 Employee Team Building95% Assessment95% Complete70 Employees Follow-UpIncreased PerformanceIncreased Performance71 Employees Date:21 Jan 11Submitted by (COR):MAJ Condry 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, President's 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 (End of Performance Work Statement) (H.) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 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-Commercial Items, FAR 52.228-5 Insurance -Work on a Gov Installation, FAR 52.247-34 FOB Destination, DFAR 252.201-7000 Contracting Officer's 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 Central Contractor Registration, DFAR 252.209-7004 Sub with Firms that are Owned or Controlled by the Gov of a Terrorist Country, DFAR 252.211-7003 Alt 1 Item Identification and Valuation, 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: 52.203-6, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, and 52.222-43. (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: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, and 252.243-7002. (L.) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-- Commercial Items, DFAR 252.209-7001 Disclosure of Ownership or Control by the Gov of a Terrorist Country, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items, and DFAR 252.225-7031 Secondary Arab Boycott of Israel. The following provision applies to this acquisition and is incorporated by full text: FAR 52.212-2, EVALUATION--COMMERCIAL ITEMS (JAN 1999) (M.) The following provisions apply to this acquisition and are incorporated by full text: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, and FAR 52.252-1 Solicitation Provisions IBR. FAR 52.212-3 shall be completed by the contractor, and included in the proposal submission. AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns 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 concerns 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-Level 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: 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. 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. 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 2005-2525 (Rev 12) 09/28/2010 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* Educational Technologist 30.46-- 36.25% 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. 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. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (Combo) type. DO NOT USE: The Fast Pay Option Use the following DoDAAC's when providing invoices and receiving reports. Administered By:W9124L Payment Official:Will be given at time of award Issued By: W9124L Ship To:Will be given at time of award 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: Will be given at time of award ACCEPTOR EMAIL:Will be given at time of award SPECIALIST EMAIL:cole.cook@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. CONDUCT OF EMPLOYEES The Contractor's employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. 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 Cole Cook at email cole.cook@us.army.mil and Lisa G. Slagle at email lisa.g.slagle@us.army.mil. Clarifications and/or questions are due by 12:00 p.m. on April 21, 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. 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. 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. 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 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. WD 05-2525 (Rev.-12) was first posted on www.wdol.gov on 10/05/2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5393c3e6b50296841b84c77507badce4)
 
Place of Performance
Address: MICC Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02428373-W 20110421/110419235213-5393c3e6b50296841b84c77507badce4 (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.