Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
MODIFICATION

R -- Multimedia Visual Information Service Center Support Services (MVISC)

Notice Date
6/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
541921 — Photography Studios, Portrait
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Benning, Bldg 6, Meloy Hall, Room 207, Fort Benning, Georgia, 31905-5000, United States
 
ZIP Code
31905-5000
 
Solicitation Number
W9124G-18-R-0011
 
Archive Date
7/7/2018
 
Point of Contact
Kenneth Coaxum, Phone: 7065457341
 
E-Mail Address
kenneth.b.coaxum.civ@mail.mil
(kenneth.b.coaxum.civ@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for proposal (RFP) with a solicitation number of W9124G-18-R-0011. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. This requirement is to perform Multimedia Visual Imagery Services, at Fort Rucker, AL. This requirement is restricted and is a total set-aside for a woman owned small business. The associated North America Industry Classification System (NAICS) Code is 541921(Multimedia Visual Imagery Services) and the Business Size Standard associated with this code is $7.5 million. The Government contemplates award of a single, firm fixed price contract using Best Value - Lowest Price Technically Acceptable (LPTA) source selection procedures. DESCRIPTION OF REQUIREMENT: This requirement is to perform Multimedia Visual Information Services, at Fort Rucker, Alabama, and DA Photo Services at Eglin AFB, FL. The goal is to obtain a performance-based contract to provide all personnel, labor, expertise, tools, maintenance, equipment, parts, materials, supplies, and services in support of the Device Branch, Training Division, Directorate of Plans, Training, Mobilization, and Security (DPTMS) services as defined in the Performance Work Statement (PWS). Site Visit: Site Visit will be held at Fort Rucker beginning at 0900 (Local Time), June 12th, 2018. Initial meeting (Welcome/Introduction) will be held at Bldg. 550, Raider Street, Fort Rucker, AL. The POC for the site visit will be Ms. Victoria Flowers (victoria.c.flowers.civ@mail.mil), at (334) 255-2620. IAW 52.237-1 Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. The PWS is written to allow for a performance-based acquisition. PERFORMANCE WORK STATEMENT (attached) DEPARTMENT OF LABOR WAGE DECISION applicable to this acquisition is: WD 15-4631 (Rev -6) dated 01/16/2018 and it is located at http://www.wdol.gov/ PERIOD OF PERFORMANCE: • Base Year: 24 September 2018 - 23 September 2019 • Option Year 1: 24 September 2019 - 23 September 2020 • Option Year 1: 24 September 2020 - 23 September 2021 • Option Year 1: 24 September 2021 - 23 September 2022 • Option Year 1: 24 September 2022 - 23 September 2023 LOCATION OF PERFORMANCE: Fort Rucker, Alabama and Eglin AFB, FL CONTRACT LINE ITEMS - submit quotes in the following format: CONTRACTOR'S PROPOSAL The contractor's proposal will be incorporated by reference into the final contract. TOTAL FOR BASE AND OPTION YEARS Please utilize this section to provide bid prices for the Base Year and each Option Year. This section MUST be completed. Year Total Price Phase-In (If applicable) tiny_mce_marker______________ Base Year tiny_mce_marker______________ Option Year I tiny_mce_marker______________ Option Year II tiny_mce_marker______________ Option Year III tiny_mce_marker______________ Option Year IV tiny_mce_marker______________ TOTAL tiny_mce_marker______________ MANPOWER REPORTING REQUIREMENT. The Office of the Assistant Secretary of the Army (Manpower and Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor 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 subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor, 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 subcontractors 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 subcontractor 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 30 September 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 website 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. CONTRACTOR ACCESS TO GOVERNMENT INSTALLATION The Contractor shall submit to the Contracting Officer the names and social security numbers of all employees and/or prospective employees who will require access to the Government installation and/or facility in the course of their employment. This requirement applies to the Contractor' subcontractors and suppliers. The Contracting Officer will submit the names and social security numbers to the installation's Provost Marshall. The Contractor will be advised if any of the individuals have been barred from the Government installation pursuant to Title 18 U.S.C. Section 1382. Those individuals currently or previously barred from the Government installation will not be allowed to enter or work on the installation. Procedures or policies regarding Contractor access to Government installations and/or facilities may vary somewhat at different installations. If procedures vary, the appropriate procedure will be identified by the Contracting Officer or designated representative upon contract award and/or in individual task orders. INSURANCE REQUIREMENTS Pursuant to contract FAR Clause 52.228-5, Insurance - Work on Government Installation (Jan 1997) the Contractor shall at all times during the performance of this contract, unless otherwise directed or approved by the Contracting Officer, carry insurance of the types and in the minimum amounts set forth below: Worker's Compensation and Employer's Liability Insurance: $100,000; Comprehensive General Liability Insurance: $50,000 per occurrence Comprehensive Automobile Liability Insurance: $200,000 per person; $500,000 per occurrence for bodily injury; and $20,000 per occurrence for property damage SOLICITATION PROVISIONS: This solicitation incorporates by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil 52.209-7, Information Regarding Responsibility Matters (Feb 2012) 52.212-1, Instruction to Offerors - Commercial Items (Feb 2012) 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt I)(Dec 2012) 52.217-5, Evaluation of Options (Jul 1990) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.212-7000, Offeror Representations and Certifications - Commercial Items (Jun 2005) 252.215-7007, Notice of Intent to Resolicit (Jun 2012) 252.215-7008, Only One Offer (Jun 2012) 252.237-7014, Loss or Damage, (count-of-articles) 52.212-2, Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offerors: I Technical Capability (Organizational and Staffing Approach) II Technical (Management Approach) III Past Performance IV Price. Offers must first be determined acceptable in Technical Capability in order to be considered eligible for award. For past performance to be considered acceptable, the Government must have a reasonable expectation, based on the offeror's performance record, that the offeror will successfully perform the required effort. In the event an offeror does not have a record of relevant past performance, the offeror will not be rated favorably or unfavorably. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (2) 52.217-8 Evaluation of Option to Extend Services (NOV 1999). The Government may require continued performance of any services within the limits and at the rates specified in 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 sixty (60) days. (End of clause) (3) 52.217-9 Option to Extend the Term of the Contract (MAR 2000). (a) The Government may extend the term of this contract by written notice to the Contractor within fifteen (15) days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) days. 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 sixty (60) months. (End of clause) (4) The Government reserves the right to make an award without discussions. CONTRACT CLAUSES: The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: http://farsite.hill.af.mil 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013). The following clauses contained within 52.212-5 are applicable and incorporated by reference: 52.202-1; Definitions 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-1, Small Business Program Representatives, Alt I 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-17, No displacement of Qualified Workers 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.229-3, Federal, State, and Local Taxes 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-1, Disputes 52.233-2, Service of Protest 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.246-2; Inspection of Supplies-Fixed Price 52.247-34, F.O.B. Destination 252.201-7000, Contracting Officer's Representative 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.209.7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By the Government of a Terrorist Country 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items The following clauses contained within 252.212-7001 are applicable and incorporated by reference: 52.203, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.205-7000, Provision of Information to Cooperative Agreement Holder 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.243-7002, Requests for Equitable Adjustment 252-247-7023, Transportation of Supplies by Sea 252-247-7024, Notification of Transportation of Supplies by Sea 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ____ (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ____ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable".) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC ____ Issue By DoDAAC ____ Admin DoDAAC ____ Inspect By DoDAAC ____ Ship To Code ____ Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) ____ Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F,(e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ____ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. ____ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5152.233-4000, AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) 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 (HQ), Army Materiel Command (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 Government Accountability 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. If you want to file a protest under the HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 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 HQ AMC-Level Protest Procedures. (End of Clause) FOR OFFERS TO BE CONSIDERED 1. The Offeror is to provide its submission in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors - Commercial Items. The SF 1449 is not being used so Offerors are to make their submission by way of company letterhead. 2. Offers are to be received by MICC-Fort Benning no later than 4:00 PM Eastern Time, Friday, 22 June, 2018. 3. Offers are to consist of the following documents: a. Company letterhead, containing information prescribed by 52.212-1. Documents for past performance as addressed in subparagraphs 52.212-1(b)(4), (8) and (10) are to be provided separately as discussed below. Submission is to include a narrative description of the Offeror's proposed technical capability, past performance, and price. b. Separate documentation in response to the technical capability evaluation factor: Technical Capability will be evaluated using two (3) factors: Organization & Staffing Approach, Management Approach and Past Experience. - The offeror's business plan shall demonstrate the offeror's ability/technical approach to successfully process the required work specified identified in the PWS. The offeror must submit evidence of at least one year of successful contract performance where the offeror was responsible for performing services that were the same or similar to those identified in the PWS. Limit is six pages, including narrative, tables and diagrams. Pages beyond the initial six will not be evaluated. c. Separate document in response to the past performance evaluation factor. Limit is two pages of narrative. Pages beyond the initial two will not be evaluated. Submission is to include up to ten (10) references from private and public entities for which the Offeror performed work as either a prime or sub-contractor that is similar in nature and scope during the past three years (as of date set for receipt of offers). The Government will use this and other information at its disposal to determine acceptability of the Offeror's past performance. d. A completed copy of the Offeror's representations and certifications required by the provisions 52.209-7, 52.204-13 and 52.212-3. As an alternative, the Offeror may affirm in its cover letter that the required representations and certifications are found on-line in the Government's System for Award Management (SAM). 4. Submission may be made via e-mail to kenneth.b.coaxum.civ@mail.mil or delivered to MICC-Fort Benning, 6650 Meloy Drive, Suite 250, Fort Benning, GA 31905. Facsimiles will not be accepted. If submitted via e-mail, attached files must be Microsoft compatible and virus/malware free. Electronic media suspected by Government computers as possibly containing virus/malware will not be opened or considered. 5. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) with all required information provided prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. Contracting Office Address: MICC-Fort Benning, 6650 Meloy Drive, Suite 250, Fort Benning, GA 31905 Point of Contact: Kenny Coaxum; Email: kenneth.b.coaxum.civ@mail.mil; Ph: 706-545-7341.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7fa4c6bff4bb7f73c29cf0e9399446a2)
 
Place of Performance
Address: Fort Rucker, Alabama and Eglin AFB, FL, Fort Rucker, Alabama, 36362, United States
Zip Code: 36362
 
Record
SN04952655-W 20180614/180612230814-7fa4c6bff4bb7f73c29cf0e9399446a2 (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.