Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

U -- Ammendement to extend the date for offers from 23 Sep 2011 to 26 Sep 2011 at 1200 ET.

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124711T0074
 
Response Due
9/26/2011
 
Archive Date
11/25/2011
 
Point of Contact
Scott Russell, 910-643-7223
 
E-Mail Address
MICC Center - Fort Bragg
(scott.russell4@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. COMBINED SYNOPSIS/SOLICITATION (i) 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 only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation document W91247-11-T-0074 is issued as a Request for Quote (RFQ) to provide instruction of 34 weeks of 40-Hour Bus Driver Courses yearly on Fort Bragg, North Carolina. The contractor will be responsible for providing qualified personnel, services and supplies, not otherwise provided by the Government. The contractor shall have responsibility for the manner of presentation, class format (based on Government-Furnished Programs of Instruction, as applicable, testing and test content (except for areas utilizing standardized tests), and related administrative activities. The contractor for the bus driver course must possess a valid state driver's license. A background check with both local and state law enforcement agencies will be required. Vendor must be able to obtain a Commercial Driver's License (CDL) and have at least five years of driving and instructional experience. (iii) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53 Effective 05 July 2011. (iv) This requirement is a total small business set-aside. This will be a Firm-Fixed price contract with a 10-month base period of performance and four 1-year option periods. The base period of performance shall require the contractor to provide 34 classes. The option period of performance if exercised; shall require the contractor to provide 34 classes during each period of performance exercised. Quotes are solicited from small business concerns. Quotes received from other than small business concerns will be rejected. The North American Industry Classification System (NAICS) code for this requirement is 611699 "All Other Miscellaneous Schools and Instruction" size standard is $7M. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. Interested persons may identify their interest and capabilities to respond to the requirements. CLIN 0001 Bus Driver Base Period IAW SOW QTY _34__ea Unit $_________ Total $__________ CLIN 0002 Contractor manpower Reporting (CMR) QTY _1__ea Unit $_________ Total $__________ CLIN 1001 Bus Driver First Option Period IAW SOW QTY _34__ea Unit $_________ Total $__________ CLIN 1002 Contractor manpower Reporting (CMR) First Option Year QTY _1__ea Unit $_________ Total $__________ CLIN 2001 Bus Driver Second Option Period IAW SOW QTY _34__ea Unit $_________ Total $__________ CLIN 2002 Contractor manpower Reporting (CMR) Second Option Period QTY _1__ea Unit $_________ Total $__________ CLIN 3001 Bus Driver Third Option Period IAW SOW QTY _34__ea Unit $_________ Total $__________ CLIN 3002 Contractor manpower Reporting (CMR) Third Option Period QTY _1__ea Unit $_________ Total $__________ CLIN 4001 Bus Driver Base Fourth Option Period IAW SOW QTY _34__ea Unit $_________ Total $__________ CLIN 4002 Contractor manpower Reporting (CMR) QTY _1__ea Unit $_________ Total $__________ The contractor is required to enter data into the Contractor Manpower Reporting (CMR) System. Reporting period will be the Period of Performance not to exceed 12 months ending 30 September of each year and must be reported by 31 October of each calendar year. Data must be accurate and completed and entered into CMR during the data gathering period of every year, or part of a year, for which the contract is in force. See PWS, Section 1.11. (v) Scope of Work: BUS DRIVER COURSE 1. SCOPE OF WORK. The Contractor shall furnish all services and supplies,, to administer one, forty hour Bus Driver training class per week, for the number of weeks requested, during each period of performance at Fort Bragg, North Carolina. The Contractor shall have responsibility for the manner of presentation, class format (based on Government Furnished Programs of Instruction (POIs), as applicable, testing, and test content (except for areas utilizing standardized tests), and related administrative activities. Contractor personnel shall adhere to standards of performance which are generally acceptable to the teaching profession. POI's will be made available for viewing upon request. Please see 5.1 for more details on the Scope of Work. 1.2. PERSONNEL. 1.2.1. The Contractor shall furnish qualified administrative, supervisory, and direct labor personnel to accomplish all work required by this contract. 1.2.2. Project Manager. The Contractor shall provide a full-time on-site manager who shall act with full authority for the Contractor and shall be responsible for the overall management and coordination of work under this contract. An alternate shall be designated when the manager is absent. The names of the designated individuals shall be provided in writing to the Contracting Officer within five working days upon contract award. 1.2.3. Training Instructors. The Contractor is responsible for providing instructors for the Bus Driver Training Course. These personnel shall possess relevant education and teaching experience and command a thorough knowledge of the applicable subject matter, demonstrable by education, experience, and skill or by any combination of these qualities. The Contractor's substitute instructors, if needed, shall have the same qualifications as the primary instructor. Instructors for the Bus Driver Course shall possess a current Commercial Driver's License (CDL) issued by the State of North Carolina. 1.3. ACCREDITATION. 1.3.1. The Contractor for the Bus Driver courses must possess a valid North Carolina driver's license. Background check with local and state law enforcement agencies required. Applicant must be able to obtain a Commercial Driver's License (CDL) when requested and have at least five years of driving and instructional experience with this training. 1.4. GENERAL. 1.4.1. STUDENTS. Students will be personnel, as approved, for the Troop Schools training courses by XVIII Airborne Corps MSE/G-3, Directorate of Plans, Training and Mobilization - Training Integration Branch, Fort Bragg, North Carolina. Students will be active duty personnel, Army civilian, or other personnel, as approved, by the Contracting Officer's Representative (COR). The Contractor shall be responsible for coordinating with the COR to ensure only approved students gain access to these courses and facilities. 1.4.2. CLASS SCHEDULING. 1.4.2.1. The Government will provide a four (4) week notice or lead-time for requests of new courses of instruction. Typically, one (1) week notice of increased or reduced number of classes in all categories of service will be provided to the Contractor. Unanticipated and often short-fused schedule changes are characteristic of this requirement based on the dynamic nature of Fort Bragg's mission. This necessitates that the Contractor's approach to perform the services under this contract be mutually dynamic. 1.4.2.2. A minimum of two (2) days advance notice will be furnished to the Contractor before any Troop Schools training course is scheduled to commence. 1.4.2.3. Typically, a minimum of ten (10) students is required to start and continue Troop Schools training courses; unless otherwise specified herein or an exception is made at the discretion of the COR. A course could start with a lower number of students to meet mission requirements. The Contractor shall immediately notify the COR if the class attendance drops below six (6) students once the course commences. The COR will instruct the Contractor if the class is to be cancelled or continued. The Government will determine the actual number of students on a case-by-case basis. The Government shall pay for the full session for a Troop School training course cancelled at any time after it has commenced. 1.4.2.4. The Contractor shall advise the COR at the end of the first hour of class if ten (10) students are not present. 1.4.3. CLASS RECORDS. The Contractor shall be responsible for maintaining class records, including a class roster, student critique sheets, attendance, and grades. The Contractor shall furnish copies of the class roster and critique sheets to the COR upon completion of the courses. At the end of each course, the Contractor shall provide the COR a written report of students that have satisfactorily completed the course. The Contractor shall prepare all certificates of graduation and certification documents for all completed courses. 1.4.4. The Contractor shall be responsible for the manner of presentation, class format, testing, class records, control of attendance, and other instructional activities. The Contractor shall adhere to standards of performance which are acceptable to the teaching profession. The Contractor shall be solely responsible for the receipt, care, and return of any provided Government-furnished Property (GFP), as shown in Technical Exhibit 1to include facilities, for performance of the contract. 1.4.5. All POI, POI modifications, and supporting material shall remain the property of the Government. The Contractor shall be responsible for updating and maintaining POI's used in performance of this contract. The Contractor shall, in coordination with the Government, make suggestions for changes to the POI's that will enhance the value of the training for the attendees or create other efficiencies for the Government. Any such suggestions shall be fully documented and justified. 1.5. QUALITY ASSURANCE AND QUALITY CONTROL. 1.5.1. Quality Assurance (QA). The Government will evaluate the Contractor's performance and performance quality under the contract in accordance with FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items. The COR will evaluate all course subject matter objectives, and examinations conducted under this contract. All inspection observations will be recorded by the Government. When an observation indicates less than complete satisfactory performance or performance quality, the Government's QA representative will request the Contractor's representative to formally acknowledge the observation. The Contractor shall report to the COR all actions taken or being implemented to correct and prevent substandard performance and performance quality. The Contractor shall respond to any notice of unsatisfactory performance or performance quality in a reasonable time. 1.5.1.2. Evaluations will include, but is not necessarily limited to, class observation of teaching techniques, adherence to lesson plans (POI's) and completion of course objectives, and review of student comment sheets. A report of the findings will be provided to the Contractor. 1.5.1.3. The Government will respond to Contractor requests with resolving students discipline problems. 1.5.2. Quality Control (QC). 1.5.2.1. The Contractor shall establish and maintain a QC Plan to evaluate the effectiveness of instruction and the impact on the soldiers utilizing the services. The QC plan shall incorporate a methodology to assure continuous improvement of performance and performance quality and written procedures for maintaining effective Safety and Security Programs, to include the methods for protection of Government-furnished facilities and equipment. This plan shall be submitted to the Contracting Officer, via the COR, for review and approval within 10 working days following award of a contract. 1.5.2.2. The Contractor's QC Plan shall, at a minimum specify the areas to be inspected, whether the inspections will be on a scheduled or unscheduled basis, how often inspections will be accomplished, and the title of the individuals who will perform the inspection. The plan shall address the methods of identifying and preventing defects in the quality of service performed before the level of performance or performance quality becomes unsatisfactory. 1.5.2.3. The Contractor shall conduct a quarterly formal evaluation of all aspects of performance and performance quality of services provided under the contract. This evaluation shall be completed by the on-site Project Manager. A complete report of the evaluation findings to include any corrective actions taken shall be submitted to the Contracting Officer, via the COR, within ten (10) working days of the expired evaluation period. 1.5.2.4. Records of all inspections, or any other Contractor generated QC documentation, shall be made available to the Government, upon request, during the entire term of the contract. 1.6. ACCESS TO FACILITIES. The Contractor shall be responsible for safeguarding all Government property provided for Contractor use. At the end of each work day, Government facilities, equipment and material shall be secured. 1.6.1. Fort Bragg, NC Vehicle Access Control Procedures. Effective 8 July 2007, Temporary Vehicle Passes (TVPs) are no longer issued or accepted on Fort Bragg. There are three options for contractors to gain access to Fort Bragg: a. Contractors with a Common Access Card (CAC) will register their vehicles and be issued Black DoD decals. They may enter through all gates without having to go through the inspection lanes.* b. Contractors with a RAPIDGate badge will register their vehicles and be issued Black DoD decals. They may enter through all gates without having to go through the inspection lanes.* For details you may call 1-877-727-4342 or visit the website at www.RAPIDGate.com. c. All other Contractors may enter Fort Bragg only through Long Street, All American, Knox and Randolph gates. They must use only the inspection lanes and undergo inspection. All vehicles continue to be subject to a random search. *Large vehicles will need to enter at the Knox Street ACP, they will move to the front of the line, vehicle will be subject to an OMNIVIEW scan, but will not require an inspection. 1.7. SAFETY. The Contractor shall comply with all applicable Occupational Safety and Health (OSHA) standards. The Contractor's Safety Plan shall incorporate all procedures necessary to be in accord with Fort Bragg's Safety Program as set forth in Fort Bragg Regulation (FB Reg) 385-10, to include, but not necessarily limited to, the follow safety precepts: 1.7.1. Hazard Communication (HAZCOM) pursuant to 29 Code of Federal Regulations (CFR) and FB Reg 385-5. 1.7.2 Fire, Safety, Fire and Emergency Services (AR 420-90). 1.7.3. Environmental considerations, to include functionally specific Hazardous Material (HAZMAT)/Waste (HAZWASTE) Handling pursuant to 49 CFR and FB Reg 200-2 and 385-10. 1.8. CONSERVATION OF UTILITIES. The Contractor shall instruct employees in utilities conservation practices. The Contractor shall be responsible for operating under conditions which preclude the waste of all utilities. 1.9. PHYSICAL SECURITY AND KEY CONTROL. The Contractor shall establish and implement methods of ensuring that all keys issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. No keys issued to the Contractor shall be duplicated. The Contractor shall develop procedures covering key control that will be included in the Management Plan. The Contractor shall report occurrences of lost or duplicated keys to the Contracting Officer, via the COR. In the event keys are lost or duplicated, the Contractor may be required to re-key or replace the affected lock or locks. 1.10. EMPLOYEE BADGES. Each Contractor employee shall wear a Contractor-furnished Identification Badge in a conspicuous place on exterior clothing except when safety or health reasons prohibit. This badge shall display the words "DPTM Training Support Services", company name, employee name, color photograph, a sequentially serialized badge number, date issued, and expiration date (not to exceed the end of the final option year). Upon termination of this contract or the employment of an individual, the Contractor shall destroy the affected employees' badge(s). 1.11. 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 will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address "https://contractormanpower.army.pentagon.mil". The required information includes: (1) Contracting Office, Contracting Officer, Contracting 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 purpose 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; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will 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 web site. The specific formats for the XML direct transfer may be downloaded from the web site. 2. LIST OF COMMONLY USED ACRONYMS AND DEFINITIONS. AR Army Regulation CLIN Contract Line Item Number COR Contracting Officer's Representative CPCS Contractor Property Control System DA Department of Army DD or DOD Department of Defense FAR Federal Acquisition Regulation FB Fort Bragg FM Field Manual OSHA Occupational Safety and Health Act POI Program of Instruction POV's Privately Owned Vehicles PWS Performance Work Statement SC Supply Circular STP Soldier Training Publication TM Technical Manual 3. GOVERNMENT FURNISHED FACILITIES, SUPPLIES AND EQUIPMENT. 3.1.1. Facilities. The Government shall furnish and/or make available facilities described in the performance work statement. Facilities have been inspected for compliance with the Occupational Safety and Health Act (OSHA). No hazards have been identified for which workarounds have been established. The Government corrects OSHA hazards in accordance with post-wide Government developed and approved plans of abatement taking into account safety and health priorities. A higher priority for correction will not be assigned to the facilities provided hereunder merely because of this contracting initiative. The fact that no such conditions have been identified does not warrant or guarantee that no possible hazard exists, or that workaround procedures will not be necessary or that the facilities as furnished will be adequate to meet the responsibilities of the Contractor. Compliance with the Occupational Safety and Health Act and other applicable laws and regulations for the protection of employees is exclusively the obligation of the contractor, and the Government will assume no liability or responsibility for the contractor's compliance or noncompliance with such responsibilities, with the exception of the aforementioned responsibility to make corrections in accordance with approved plans of abatement subject to post-wide priorities. Prior to any modification of the facilities performed by the Contractor, the Contractor must notify the Contracting Officer and provide documentation describing in detail the modification requested. No alterations to the facilities shall be made without specific written permission from the Contracting Officer; however, in the case of alterations necessary to OSHA compliance, such permission will not be unreasonably withheld. The Contractor shall return the facilities to the Government in the same condition as received, fair wear and tear and approved modifications accepted. These facilities shall be used for performance of this contract only. 3.1.2. Equipment. The Government shall provide the Contractor equipment listed in Technical Exhibit 2. Government-furnished property designated in 3.1.2.2. below and Technical Exhibit 2 shall be managed IAW the provisions of FAR Part 45. The specified procedures are in addition to those required by the Government Property clause of this contract. 3.1.2.1. Equipment Inventory. Within 5 working days prior to start of the basic contract period, the Contractor and Government representative shall conduct a joint inventory of all Government-furnished equipment (GFE) listed in Technical Exhibit 2. The Contractor shall sign for all equipment provided by the Government. The Contractor and Government representative shall jointly determine the working order and condition of all equipment. Items of equipment missing or not in working order shall be recorded. The Contractor and the Government representative shall certify their agreement as to the working order of the equipment. The Government will replace missing items and repair all items not in working order at the time of the initial inventory. The Government shall provide disposition instructions for items beyond repair. If the Contractor does not participate in the inventory, the Contractor must accept as accurate the listing and stated condition of equipment provided by the Government. If the Contractor participates in the inventory, but does not agree with the Government representative's determination as to the working order of the equipment, this failure of the Contractor to agree on working order and defectives shall be treated as a dispute pursuant to the clause of this contract entitled, "Disputes". The Contractor shall be responsible for replacing any items lost, damaged, or destroyed throughout the period of the contract. 3.1.2.2. Equipment Accounting. Government-furnished equipment shall be accounted for on DD Form 3161, Request for Issue or Turn-In. The Contractor shall designate custodians and alternates to receipt and account for Government-furnished equipment on custodian authorization/custody receipt listings. The Government shall provide the custodians and their alternate's initial equipment custodian training. 3.1.2.3. Obtaining Additional or Replacement Equipment. The Contractor shall submit requests for additional or replacement Government furnished equipment required in the performance of the contract using DD Form 3161. The Contractor shall submit such requests through the COR to the functional area chief and Contracting Officer for approval and any appropriate contract modification. Upon approval, the Contractor shall obtain the equipment by placing order for such items in accordance with DA Supply Bulletin 8-75, using operating funds provided by the Government for that purpose. 3.1.2.4. Equipment Accountability. The Contractor and COR shall conduct a joint inventory of all Government-furnished property one month prior to the end of this contract (to include option periods or extensions, if applicable). The Contractor shall be liable for any loss, damaged or destroyed Government-furnished property beyond fair, wear, and tear IAW FAR 52.245-1 Alt I, Government Property (June 2007). Compensation from the Contractor will occur either by withholding funds sufficient to compensate the Government for such loss or damage from payments due and owing the Contractor, or by a method to be determined by the Contracting Officer. All equipment in need of repair/maintenance shall be repaired/maintained by the Contractor within thirty (30) days of discovery, but before the joint inventory is made. All repairs/maintenance not performed by the Contractor shall be made at the Government's option and at the Contractor's expense. In the case of damaged property, the amount of compensation due the Government by the Contractor shall be the actual cost of repair, provided such amount does not exceed the economical repair value. In the case of loss or damage beyond economical repair to equipment, the amount of the Contractor's liability shall be the depreciated replacement value of the item to be determined by the contracting officer. Any failure of the Contractor to agree with such determination shall be treated as a dispute pursuant to the clause of this contract entitled "Disputes." 3.1.2.5. Annual Government Property and Facilities Report. The Contractor shall submit an annual report of Government-furnished property and facilities on 30 September each year. The report shall be submitted in duplicate on DD Form 1662, DoD Property in the Custody of Contractors, The report shall be provided to the Contract Administrator, via the COR, not later than the first week of October annually. Forms will be supplied to the Contractor for completion of the report. 3.1.2.6. The Contractor shall submit a Property Control Plan (PCP), in writing, as part of the Management Plan. The PCP shall be provided to the Contract Administrator, via the COR, within five (5) working days after the Post-Award conference. The Contractor will tell the Government how they intend to control, maintain, protect and account for the Government-furnished property provided for performance under the contract. 3.1.2.7. During the course of the contract, the Contract Administrator, or designated representative, and the Contractor will conduct spot inventories of the Government-furnished property at random times. 3.2. Services. Government-Furnished. 3.2.1. Utilities will be provided by the Government in the buildings furnished. 3.2.2. The Government will furnish the Contractor with an Installation Publications sub-account that shall be used for ordering any required Government publications. 3.2.4. The Government will provide all books, classroom equipment, audio-visual equipment, tapes, and other necessary classroom supplies. 3.2.5. The Government will provide a class C telephone for conducting on-post calls. 3.3. Equipment. The following additional equipment will be provided by the Government: 3.3.1. All required training aids and mock-ups. 3.3.2. Classroom facilities with dry erase board, computer CPU, proxima, projection screens, student desks, tables, and instructor desks. 4. CONTRACTOR FURNISHED SUPPLIES, MATERIAL AND SERVICES. 4.1. The Contractor shall furnish all supplies, services and supervision, unless otherwise stated as Government furnished, necessary to provide the required services. 5. SPECIFIC TASKS. The Contractor shall provide all labor, materials, equipment, services, transportation, not specifically provided by the Government, and all other items necessary to perform the tasks identified herein. 5.1. BUS DRIVERS COURSE (40 Hour, 9:00 a.m. through 5: 30 p.m. weekdays, 20 students per class) The Contractor shall present 34 weeks of training to personnel licensed to drive and who possess 10 hours of experience in driving a 2-1/2 or 5-ton vehicle, using a Government provided POI. Course subjects include traffic regulation, governing passenger carrying vehicles, passenger assistance and supervision, applicable utilization and maintenance records, before, during, and after operation checks and services, Fort Bragg and North Carolina traffic regulations and rules of the road for passenger carrying vehicles, accident reporting and preparation of accident report forms. The Contractor shall ensure that no less than two-thirds of the course is devoted to hands-on behind the wheel instruction/training and on-vehicle road testing. Upon successful completion of the 45-passenger bus course, the student will be able to apply the principles of the subjects taught and safely/efficiently operate the bus to the extent and minimum standards required of an advanced driver. Two 45-passenger buses will be provided by the Post Transportation Motor Pool. Typically, two sections may be taught simultaneously. 5.2. WORK LOAD. The estimated number of personnel to be trained during this period is 680. Work load will fluctuate based on the mission status and other operational requirements at Fort Bragg. 5.2.1. Hours of operation are 9:00 a.m. through 5:30 p.m., with 20 Students per class (Bus Driver course) Monday through Friday, excluding holidays (includes a 30 minute meal break). The Government reserves the right to adjust these hours. The adjusted hours shall not exceed 8 hour period per day and 40 hours per week. 5.3.2. The Contractor shall ensure proper use of all equipment and supplies. 5.3.4 The Contractor shall coordinate with the COR for repair or maintenance of all Government Furnished Property (GFP), requisitioning of building maintenance supplies, i.e., toilet tissue, light bulbs, etc., and notifying the COR of improperly cleaned Contractor-operated facilities. 5.3.5. Contractor responsibilities shall include, but are not limited to: 5.3.6. Briefing all visitors on the facility operations. 5.3.7. Scheduling groups to maximize usage and minimize confusion. 5.3.8. Instructing personnel in the proper usage of the facilities equipment. 5.3.9. Providing instruction requested by using unit from a Government provided POI. 5.3.10. Ordering publications and post changes, as applicable. 5.3.11. Receiving and processing new publications, as applicable. 5.3.12. Maintaining logs daily on personnel using the facility. 5.3.13. Cooperate, facilitate and work efficiently with other Government Contractors as necessary. 6. APPLICABLE REGULATIONS, MANUALS AND FORMS. 6.1. Documents applicable to this Performance Work Statement are listed below. The Contractor is obligated to follow coded documents only to the extent stated in this Performance Work Statement when a specific part of the document is referenced therein. Publications shall be furnished at the start of the contract. It is the responsibility of the Contractor to establish the follow-on requirements with the COR. Supplements or amendments to these publications may be issued during the life of the contract and shall be considered to be in full force and effect immediately upon receipt by the Contractor. If a supplement or amendment will change performance cost, the Contractor shall seek and obtain written approval from the Contracting Officer prior to implementation of the same. It is the Contractor's responsibility to ensure that all publications are posted and up-to-date. 6.2. MANDATORY ARMY REGULATION. The following is a list of the Mandatory Army Regulations and Publications to be used in performance of the tasks associated with services provided under this contract. This list is not necessarily all inclusive and the Government reserves the right to add to and delete from this list as necessary to ensure the Government's mission(s) are achieved. AR 55-162 Permits for Oversized, Overweight, or Other Special Military Movements on Public Highways in the United States, 1 Jan 79 AR 75-1 Malfunctions Involving Ammunitions and Explosives (RCS CSGLD- 1961 (MI)), 23 Apr 01 AR 190-5 Military Motor Vehicle Traffic Supervision, 22 May 06 AR 190-11 Physical Security of Arms, Ammo, and Explosives, 15 Nov 06 AR 190-13 The Army Physical Security Program, 30 Sept 93 AR 350-1 Army Training and Leader Development, 3 Aug 07 AR 350-3 Army Device Policies and Management, 15 Oct 93 AR 385-10 Army Safety Program, 23 Aug 07 AR 385-40 Motor Vehicle Accident Reports, 1 Nov 94 AR 600-55 Motor Vehicle Driver Selection Testing and Licensing, 18 Jun 07 AR 710-2 Supply Policy Below the National Level, 8 Jul 05 AR 725-50 Requisition and Issue of Supplies and Equipment, 15 Nov 95 AR 735-5 Policies and Procedures for Property Accountability, 28 Feb 05 6.3. Department of the Army Pamphlet. DA PAM 738-75 Functional Users Manual for the Army Maintenance Management System, 15 Mar 99 6.4. Department of the Army Field Manuals. FM 3-19-30 Physical Security, 8 Jan 01 FM 3-25.26 Map Reading and Land Navigation (INCL C-1), 30 Aug 06 FM 21-305 Manual for the Wheeled Vehicle Driver, 27 Aug 93 6.5. Department of the Army Training Circulars (TC) TC 43-4 Maintenance Management, 8 May 96 (End Scope Of Work) (vi) Clauses and Provisions. (vii) FAR 52.209-5 (provision) (viii) FAR 52-202-1 (clause), Definitions (ix) FAR 52.203-6 Alt, (clause) Restrictions on Subcontractor Sales to the Government (x) FAR 52.203-11, (provision) Certification and Disclosure Regarding payments to Influence Certain Federal Transactions (xi) FAR 52.203-12 (clause), Limitation on payment to Influence Certain Federal Transactions. (xii) FAR 52.204-4 (clause) (xiii) FAR 52.204-9 (clause) (xiv) FAR 52.209-1 (xv) The following clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government (xvi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, Incorporated by Full Text Applicable clauses under FAR 52.212-5: 52.219-14 Limitations on Subcontracting, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government, 52.219-28 Post Award Small Business Program Representation, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act Of 1965, The US Department of Labor Wage Determination 2005-2393, Rev 12 dated 6/13/2011 is applicable to this procurement. A copy of the wage determination may be downloaded from: http://www.wdol.gov; 52.222-42 Statement of Equivalent rates for Federal Hire, **THIS IS FOR INFORMATIONAL PURPOSES ONLY** Code; 1712, Title; Instructor, Grade; GS-09 step 5, Rate per Hour; $26.55. 52.222-43 Fair Labor Standards Act and Service Contract Act -Price Adjustment (Multiple year and Option Contracts) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/ WIDE AREA WORKFLOW ADDENDUM TO 52.212-4, Contract Terms and Conditions-Commercial Items (WAWF) All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line items (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. CONTRACT NUMBER: TBD CONTRACT NUMBER: TBD TYPE OF DOCUMENT: 2 in 1 CAGE CODE: TBD ISSUE BY DODDAC: TBD ADMIN DODDAC: W91247 SERVICE ACCEPTOR/SHIP TO: TBD LOCAL PROCESSING OFFICE: Always Leave Blank for Army Contracts PAY OFFICE DODDAC: TBD Person completing the receiving report name and email address: TBD (xvii) FAR 52.212-1, Instructions to Offerors - Commercial Items (xviii) FAR 52.212-3 Alt 1, Offeror Representations and Certifciations-Commercial Items (Apr 2011) Alternate 1. (xix) FAR 52.217-5, Evaluation of Options (xx) FAR 52.232-1, Payments (xxi) FAR 52.233-2, Service of Protest (xxii) FAR 52.233-3, Protest after Award (xxiii) FAR 52.233-4, Applicable Law for Breach of Contract Claim (xxiv) FAR 52.243-1, Changes - Fixed Price (xxv) FAR 52.245-1 Alt 1 Government Property (xxvi) FAR 52.245-9 Use and Charges (xxvii) Applicable DFARS clauses: DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following DFARS clause is considered checked and is applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. (xxviii) FAR 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (xxix) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. **Note: As part of the price evaluation, the Government will evaluate the portion to extend services under FAR Clause 52.217-8 by adding one half of the Offerors final option period price to the Offerors total price. Thus the Offerors total price for the purpose of evaluation will include the base period of performance, first option, second option, third option, fourth option and one half of the fourth option. Offerors are required only to price the base and four options. Offerors shall not submit a price for the potential one half year extension of services period. (xxx) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (a) The Government may extend the term of this contract by written notice to the Contractor at any time; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 56 months. (xxxi) 5152.209-4000 DoD Level Antiterrorism (AT) Standards, Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (xxxii) Local 5152.233-4000 AMC Level Protest Program Army Materiel Command (AMC)-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve the 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 with AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) 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. Send protests (other than protests to the contracting officer) to: HQ Army Materiel Command Office of Command Counsel 9301 Chapek Road, Room 2-1SE3401 Fort Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent to by Fed Ex or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Fort 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) (xxxiii) Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other determining factors. The following factors shall be used to evaluate offers: (a) Technical Solution - Please provide the contractors technical solution showing how you intend on executing the contract. (b) Resumes - Please provide the resumes of your current employees who you intend to utilize for this contract. (c) Past Performance **Note: The Government will award a Firm Fixed Price contract to the contractor whose technical solution and resumes are considered technically acceptable and has the lowest proposed price. As part of the price evaluation, the Government will evaluate the portion to extend services under FAR Clause 52.217-8 by adding one half of the offerors final option period price to the offerors total price. Thus the offerors total price for the purpose of evaluation will include the base period of performance, first option, second option, third option, fourth option and one half of the fourth option. Offerors are required only to price the base and four options. Offerors shall not submit a price for the potential one half year extension of services period. (xxxiv) Questions shall be submitted by Monday, Sept 19, 1200 PM EST Submission of quotes shall be forwarded by Monday Sept 26 2011, 12:00 PM EST. Submit signed and dated quotes to CAPT Ramon Ramos via email Ramon.Romos3@us.army.mil or (910) 908-2137 on or before the exact time specified in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/85aac042eec81fd9fe0ac16e7b980d0c)
 
Place of Performance
Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02590873-W 20110925/110924000405-85aac042eec81fd9fe0ac16e7b980d0c (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.