Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
MODIFICATION

R -- Fort Rucker TCM-RA Aviation Weapons and Munitions

Notice Date
11/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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-19-R-0222
 
Archive Date
12/6/2018
 
Point of Contact
Byron I. Anderson, Phone: 7065455428
 
E-Mail Address
byron.i.anderson.civ@mail.mil
(byron.i.anderson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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 only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for proposals (RFP) with a solicitation number of W9124G-19-R-0222. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98. This requirement is for Technical Support for Weapons and Munitions Development Effort Fort Rucker, AL. This requirement is Unrestricted. The associated North America Industry Classification System (NAICS) Code is 541990 and the Business Size Standard is $15,000,000.00. The Government contemplates award of a single firm fixed price contract using Best Value - Trade-off source selection procedures. DESCRIPTION OF REQUIREMENT: This contract is to provide on-site technical support to TCM Recon/Attack, Ft Rucker AL, U.S. Army Aviation Center of Excellence (USAACE), for aviation weapons and munitions support. Technical support of these major Army weapons system capabilities requires extensive and diverse technical expertise. The weapons/munitions will be used on all Army Aviation manned and unmanned platforms managed by TCM-RA so the contract personnel will also need a broad knowledge of the aviation platforms. The fleets of both UAS and Apache aircraft are continuously undergoing modification, modernization, and upgrades in all configurations, including expanding weapon system capabilities. Continued growth and integration of unmanned aircraft system with manned systems is changing how the Army fights, including when and how targets are engaged, and with a variety of munition solutions. PERFORMANCE WORK STATEMENT (PWS) (Attached) DEPARTMENT OF LABOR WAGE DECISION applicable to this acquisition is: WD 15-4631 (Rev.-8) dated 07/10/2018 and it is located at https://wdol.gov/sca.aspx ESTIMATED PERIOD OF PERFORMANCE: The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month options years. LOCATION OF PERFORMANCE: Fort Rucker, AL CONTRACT LINE ITEMS - Please Submit pricing on Attachment 2 - Price Schedule: Base Year: CLIN 0001, Non-Personal Services: 12 Months $ __________________ FFP Non-personal services. Contractor shall provide all labor and services required to successfully perform the Performance Work Statement (PWS) for the period. CLIN 0002, Optional Task for Non-Personal Services: 1 Lot $ __________________ FFP Non-personal services. Contractor shall provide all labor and services required to successfully perform the Performance Work Statement (PWS) for the period. INFORMATIONAL CLIN ONLY. subCLIN will be added as required. CLIN 0003, Travel: 1 Lot NTE$__________________ Cost Travel. Contractor to be reimbursed for required/authorized travel in accordance with the Joint Travel Regulation for the period. CLIN 0004, Contractor Manpower Reporting 1 Each$____________________ FFP Contractor Manpower Reporting. Contractor shall provide a report as described in the PWS for the period. CLIN 0005, Surge Travel 1 Lot$____________________ Cost Surge Travel for Special Events when required. INFORMATIONAL CLIN ONLY. subCLIN will be added as required. Option Year One: CLIN 1001, Non-Personal Services: 12 Months$_________________ FFP Option Year One. Non-personal services. Contractor shall provide all labor and services required to successfully perform the Performance Work Statement (PWS) for the period. CLIN 1002, optional Task for Non-Personal Services: 1 Lot $_________________ FFP Option Year One. Non-personal services. Contractor shall provide all labor and services required to successfully perform the Performance Work Statement (PWS) for the period. INFORMATIONAL CLIN ONLY. subCLIN will be added as required. CLIN 1003, Travel: 1 Lot NTE $________________ Cost Option Year One. Travel. Contractor to be reimbursed for required/authorized travel in accordance with the Joint Travel Regulation for the period. CLIN 1004, Contractor Manpower Reporting 1 Each $____________________ FFP Option Year One. Contractor Manpower Reporting. Contractor shall provide a report as described in the PWS for the period. CLIN 1005, Surge Travel 1 Lot $____________________ Cost Surge Travel for Special Events when required. INFORMATIONAL CLIN ONLY. subCLIN will be added as required. Option Year Two: CLIN 2001, Non-Personal Services: 12 Months $ _______________ FFP Option Year Two. Non-personal services. Contractor shall provide all labor and services required to successfully perform the Performance Work Statement (PWS) for the period. CLIN 2002, Optional Task for Non-Personal Services: 1 Lot $_________________ FFP Option Year Two. Non-personal services. Contractor shall provide all labor and services required to successfully perform the Performance Work Statement (PWS) for the period. INFORMATIONAL CLIN ONLY. subCLIN will be added as required. CLIN 2003, Travel: 1 Lot NTE $__________________ Cost Option Year Two. Travel. Contractor to be reimbursed for required/authorized travel in accordance with the Joint Travel Regulation for the period. CLIN 2004, Contractor Manpower Reporting 1 Each $____________________ FFP Contractor Manpower Reporting. Contractor shall provide a report as described in the PWS for the period. CLIN 2005, Surge Travel 1 Lot $____________________ Cost Surge Travel for Special Events when required. INFORMATIONAL CLIN ONLY. subCLIN will be added as required. Option Year Three CLIN 3001, Non-Personal Services: 12 Months $_________________ FFP Option Year Three. Non-personal services. Contractor shall provide all labor and services required to successfully perform the Performance Work Statement (PWS) for the period. CLIN 3002, Optional Task for Non-Personal Services: 1 lot $_________________ FFP Option Year Three. Non-personal services. Contractor shall provide all labor and services required to successfully perform the Performance Work Statement (PWS) for the period. INFORMATIONAL CLIN ONLY. subCLIN will be added as required. CLIN 3003, Travel: 1 Lot NTE $__________________ Cost Option Year Three. Travel. Contractor to be reimbursed for required/authorized travel in accordance with the Joint Travel Regulation for the period. CLIN 3004, Contractor Manpower Reporting 1 Each $__________________ FFP Option Year Three. Contractor Manpower Reporting. Contractor shall provide a report as described in the PWS for the period. CLIN 3005, Surge Travel 1 Lot $____________________ Cost Surge Travel for Special Events when required. INFORMATIONAL CLIN ONLY. subCLIN will be added as required. Option Year Four: CLIN 4001, Non-Personal Services: 12 Months $_________________ FFP Option Year Four. Non-personal services. Contractor shall provide all labor and services required to successfully perform the Performance Work Statement (PWS) for the period. CLIN 4002, Optional Task for Non-Personal Services: 1 Lot $_________________ FFP Option Year Four. Non-personal services. Contractor shall provide all labor and services required to successfully perform the Performance Work Statement (PWS) for the period. INFORMATIONAL CLIN ONLY. subCLIN will be added as required. CLIN 4003, Travel: 1 Lot NTE $__________________ Cost Option Year Four. Travel. Contractor to be reimbursed for required/authorized travel in accordance with the Joint Travel Regulation for the period. CLIN 4004, Contractor Manpower Reporting 1 Each $____________________ FFP Option Year Four. Contractor Manpower Reporting. Contractor shall provide a report as described in the PWS for the period. CLIN 4005, Surge Travel 1 Lot $____________________ Cost Surge Travel for Special Events when required. INFORMATIONAL CLIN ONLY. subCLIN will be added as required. 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 52.202-1, Definitions 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I 52.209-7, Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-1, Instruction to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt I) 52.212-4, Contract Terms and Conditions - Commercial Items 52.222-17, Non-displacement of Qualified Workers 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 52.219-1. Small Business Program Representation 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.215-7007, Notice of Intent to Resolicit 252.215-7008, Only One Offer 52.252-2, Clauses Incorporated by Reference 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.205-7000, Provision of Information to Cooperative Agreement Holder 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 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 252.232-7010, Levies on Contract Payments 52.212-2, Evaluation - Commercial Items (Oct 2014) (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) Price. (ii) Technical Approach A. Staffing a. Qualifications of Personnel Proposed b. Plan to Backfill or Replace Personnel as needed c. Status of Security Clearances for Personnel Proposed d. Number of FTEs Proposed B. Project Management a. Management Plan for Deliverables and Quality Control b. Communication Plan (iii) Past performance Offers must first be determined acceptable in both technical capability and past performance in order to be considered eligible for award. For technical capability to be considered acceptable, the offer must clearly demonstrate how the Offeror will meet the minimum performance requirements of the Performance Work Statement (PWS). For past performance to be considered acceptable, the Government must have a reasonable expectation, based on the offeror's performance record, of recent and relevant information, that the offeror will successfully perform the required effort. To be considered recent, information must not be older than six (6) years of the date set for receipt of quotes. 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) TAKE NOTE: (1) The offeror's technical capability will be evaluated based on information furnished by the offeror. The Government is not responsible for locating or securing any information which is not identified in the offer. (2) Evaluation of Option to Extend Services under 52.217-8. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services, provided under FAR 52.217-8, as follows: The evaluation will consider the possibility that the option can be exercised at any time during any contract performance period, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract when the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. (3) The Government reserves the right to make an award without discussions. 52.212-3 Offeror Representations and Certifications - Commercial Items (Mar 2015) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (End of provision) 52.216-1 Type of Contract (April 1994) The Government contemplates award of a Firm Fixed Priced contract resulting from this solicitation. (End of Provision) 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 52.204-9, Personal Identity Verification of Contractor Personnel 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 52.209-7, Information Regarding Responsibility Matters 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 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: 52.219-1, ALT I, Small Business Program Representations 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-27. Notice of Service-Disabled Veteran-Owned Small Business Set-Aside, 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-17, Nondisplacement of Qualified Workers 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 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 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) 52.222-55, Minimum Wages Under Executive Order 52.222-50, Combating Trafficking in Persons 52.222-50 Alt1 Combating Trafficking in Persons Alternate 1 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1, Buy American--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.228-5, Insurance Work on a Government Installation 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-1, Disputes 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment and Vegetation 252.201-7000, Contracting Officer's Representative (Dec 1991) 252.205-7000, Provision of Information to Corporative Agreement Holder 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: 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7002, Requests for Equitable Adjustment 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 thirty (30) days. (End of clause) 52.217-9, Option to Extend the Term of the Contract The Government may extend the term of this contract by written notice to the Contractor within 60 days; 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. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 Months. (End of Clause 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond August 2019. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond August 2019, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 252.252-2, Clauses Incorporated by Reference (Feb 1998) 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): (End of Clause) Claims Liability - The Contractor agrees to save the Government harmless from any and all claims, demands, actions, debts, liabilities, judgments, costs, and attorney' fees arising out of, claimed on account of, or in any manner predicated upon loss of, or damage to, property of or injuries to, or the death of, any or all persons whatsoever, in any manner, caused or contributed to by the Contractor, his agents, servants, or employees, while in, upon, or about the military installation or premises on which the work upon this contract is to be done, or while going to or departing from the same, and to save the Government harmless from and on the account of damage of any kind which the Government may suffer as a result of any act of the Contractor, his agents, servants, or employees in and about the said military installation or premises. (End of instruction) Safety and Accident Prevention - a. In performing work under this contract the Contractor shall - (1) Conform to the specific safety requirements established by this contract; (2) Comply with OSHA regulations and safety rules 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; (4) Provide personal protective equipment required for the job; and (5) Take such additional immediate precautions as the contracting officer may reasonably require for safety and accident prevention purpose. (6) In accordance with OSHA Regulation 29 CFR 1926.652(c), an adequate worker protective system for trenching and excavation shall be provided. Shoring when required due to depth of excavation or unstable slope conditions shall be designed by a registered professional engineer. Shoring design shall be submitted to the Contracting Officer for approval and must bear the seal of the registered professional engineer. (End of instruction) Contractor Access to Fort Rucker - Effective 1 October 2014, all personnel requiring access to the installation shall possess either a Common Access Card (CAC), Military ID or Individual temporary pass issued by the Fort Benning Directorate of Emergency Services (DES) pursuant to Army Directive 2014-05, Policy and Implementation Procedures for Common Access Card Credentialing and Installation Access for Un-cleared Contractors. Common Access Card (CAC): All contractors requiring access to the installation on a recurring basis for a period of 6 months or more shall receive a CAC. CACs are issued through the Contractor Verification System (CVS) program. Issuance of a CAC requires a favorable Federal Bureau of Investigation (FBI) fingerprint check, successful submission of a National Agency Check with Inquiries (NACI) (equivalent or higher) background investigation to the Army's investigative service provider and a favorably adjudicated NACI (equivalent or higher) investigation from a Federal department or agency will be accepted. To avoid delays in gaining required access to the installation, all contractors eligible for a CAC are encouraged to contact their Contracting Officer Representative (COR) to begin the process to obtain CACs as soon as possible. Long term, unescorted access: Contractors, sub-contractors and vendors requiring physical access to the installation for longer than 24 hours and less than 6 months, but do not require logical access to a DOD computer network, are not eligible for a CAC. These contractors will have a government employee sponsor who will provide the contractual agreement with a cover memorandum signed by a either the Contracting Officer or COR affirming the need for long term, unescorted access. The expiration date of the access will be the end of the contract or visit, or the expiration date of the sponsor's credential, whichever comes first. Sub-contractors will be bound by the same requirement. Military ID: Military ID cards for retirees, reservists and dependents is for non contractor use. All contractors and sub-contractors possessing a valid Military ID and requiring access to the installation on a recurring basis for a period of 6 months or more shall be required to obtain a CAC. Individual Temporary Pass: All contractors and sub-contractors who do not possess a CAC or valid Military ID shall report to the Visitors Center located at I-185/Lindsey Parkway to obtain an Individual temporary pass. A temporary pass will ONLY be issued to persons who produce a valid current government ID with a picture and are able to pass a NCIC Interstate Identification Index check and local exclusion roster. Acceptable forms of ID are: 1. Valid current State Driver's license that is for driving AND identification. Drivers Licenses issued by states for driving and not identification will not be accepted. 2. State identification card 3. Passport (Foreign Passports must show point of entry stamp). During a pre-work conference, the Contractor shall provide the COR a list of all contract and sub-contract employees who require a CAC and/or a temporary pass. The COR will coordinate with the DES for temporary passes not to exceed 6 months for contract employees not possessing a current CAC or military ID. The COR will initiate and coordinate the process for obtaining Contractor CACs. The contractor shall coordinate with the COR for return of CAC at the end of the contract or the end of the individual employee's tenure, whichever comes first. The contractor shall also coordinate with the COR for new or replacement CACs or temporary, long term unescorted passes as required. Failure to receive a CAC may result in the contractor personnel being denied admission to the installation. Failure to receive a temporary pass will result in the contractor personnel being denied admission to the installation. For additional information, see: Homeland Security Presidential Directive 12, Policy for a Common Identification Standard for Federal Employees and Contractors located at http://www.dhs.gov/homeland-security-presidential-directive-12#1 Army Regulation (AR) 190-13, the Army Physical Security Program located at http://www.fas.org/irp/doddir/army/ar190-13.pdf Army Directive 2011-08, Army Implementation of Homeland Security Presidential Directive -12 located at http://armypubs.army.mil/epubs/pdf/ad2011_08.pdf (End of instruction) Army Electronic Invoicing Instructions (Feb 2006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. __ Wide Area Workflow (WAWF) (see instructions below) __ Web Invoicing System (WInS)(https://ecweb.dfas.mil) __ American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) __ Other (please specify) DFAS POC and Phone: __DFAS Indianapolis Center Vendor Pay 1-888-332-7366 (check one) __DFAS Rome Center Vendor Pay 1-800-553-0527 __DFAS St Louis Center Vendor Pay 1-877-782-5680 __DFAS San Antonio Center Vendor Pay 1-888-478-5636 WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the System for Award Management site at http://www.sam.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service :[Type in the same DFAS as checked above]. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT (check one for type of document the Vendor should enter into WAWF) __ Commercial Item Financing __ Construction Invoice (Contractor Only) __ Invoice (Contractor Only) __ Invoice and Receiving Report (COMBO) X Invoice as 2-in-1 (Services Only) __ Performance Based Payment (Government Only) __ Progress Payment (Government Only) __ Cost Voucher (Government Only) __ Receiving Report (Government Only) __ Receiving Report With Unique Identification (UID) Data (Government Only) UID is a new globally unique "part identifier" containing data elements used to track DoD parts through their life cycle. __ Summary Cost Voucher (Government Only) CAGE CODE: [Enter CAGE Code from Block 15a of SF33] ISSUE BY DODAAC: W911SF ADMIN BY DODAAC: W911SF INSPECT BY/ACCEPT BY/SHIP-TO DODAAC: [Enter Acceptor's DoDAAC] LOCAL PROCESSING OFFICE DODDAC (check one): __ HQ0105 DFAS Indianapolis __HQ0490 DFAS Indianapolis (GFEBS) __HQ0347 DFAS Indianapolis (DoDDs) __ HQ0302 DFAS Rome __HQ0304 DFAS St Louis __HQ0345 DFAS San Antonio PAYMENT OFFICE FISCAL STATION CODE: [Enter last 5 digits of Fund Cite] EMAIL POINTS OF CONTACT LISTING: NONE INSPECTOR/ACCEPTOR: [Enter Acceptor's email address from Comments box on PR] RECEIVING OFFICE POC: [Enter Acceptor's email address from Comments box on PR] CONTRACT ADMINISTRATOR: [edward.j.dingle.civ@mail.mil] CONTRACTING OFFICER: [yewston.n.myers.civ@mail.mil] ADDITIONAL CONTACT: None For more information contact: [Edward Dingle, 706-545-2219] (End of instruction) SEXUAL HARRASSMENT AND RAPE PREVENTION (SHARP) TRAINING (SEP 2013) All Contractor employees who work on Fort Benning, GA, Camp Merrill, Dahlonega, GA and Camp Rudder, Eglin AFB, FL shall complete Sexual Harassment and Rape Prevention (SHARP) training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. All employees hired after contract start date shall complete SHARP training as a part of their initial in-processing. The Contractor shall submit certificates of completion for each affected Contractor employee to the Contracting Officer's Representative (COR) or to the Contracting Officer, if a COR is not assigned, within 10 calendar days after completion of training by all employees. The training required under this clause shall be accomplished using the materials available via the Army's SHARP program website (http://www.sexualassault.army.mil/rap-commercials.cfm), under the TRAINING module for materials. As a minimum, training should include viewing the Band of Brother and Sisters Video which is available on the website. It is desired but not required that the employees also view the following video "Invisible War (Rape in the Army)" which is available for purchase in the commercial market place. Contractor may utilize its own program if it is substantially similar to that offered by the Army and is approved by the Government after same is submitted to the COR for review. (End of instruction) VISITING DIGNITARIES, GOVERNMENT AND CIVILIAN (May 2014) The Fort Benning installation has policy and procedures for visits by dignitaries that require prior coordination with the Fort Rucker Protocol Office and written approval of the Commanding General, Aviation Center of Excellence, Fort Rucker, AL. Contractors shall not invite or host dignitaries to visit the installation without prior coordination with and approval from the Protocol office. A minimum of 30 days notice is required prior to approval. Contact the Protocol operations staff at 334-255-2551 for assistance and a copy of the policy. Distinguished visitors are defined as individuals listed on the Department of the Army Precedence List, Appendix D of DA Pam 600-60. International visitors are addressed in Appendix J of AR 380-10. These lists include all General Officers in the US Army or US Air Force, or Admirals in the US Navy, all members of Congress and any person from a foreign country of similar rank or position. (End of instruction) 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) QUESTIONS Email any questions to byron.i.anderson.civ@mail.mil. The period for asking questions no later than 12:00PM EST, Monday, 12 November 2018. Questions will only be accepted via email. Question and Answer documents will be posted to FBO as an attachment to the combined synopsis/solicitation. It is the interested party's responsibility to check FedBizOpps for updated information. Ensure all questions are submitted via email, the government will not be accepting any vendor inquiries via the telephone. 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 12:00 PM Eastern Time, 21 November 2018. 3. Offers are to consist of the following documents: a. Company letterhead, containing information prescribed by 52.212-1. Documents for technical evaluation, representations and certifications, and past performance as addressed in subparagraphs 52.212-1(b)(4), (8) and (10) are to be provided separately as discussed below. b. Separate documentation in response to the technical capability evaluation factor. Limit is fifteen (15) pages, including narrative, tables and diagrams. Pages beyond the initial fifteen will not be evaluated. Submission is to include a narrative description of the Offeror's proposed (1) technical approach, (2) staffing (to include how, when and where you intend to provide qualified employees, and the minimum education, knowledge and experience that will be possessed by each individual), and (3) company experience sufficient to demonstrate at least three years of relevant experience and having possession of current federal, state and local permits/licenses authorizing operation in the type of services required. 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 six 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. Separate document in response to the price proposal shall be completed by using attachment 2 - pricing schedule. e. A completed copy of the Offeror's representations and certifications required by the provisions 52.209-7, 52.212-3 and 252.212-7000. 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 shall be made via e-mail to usarmy.benning.hqda-aca.mbx.doc-offer@mail.mil; and edward.j.dingle.civ@mail.mil. 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 offers from responsible sources will be fully considered. Offerors, who are not registered in the System for Award Management (SAM) with all required information provided prior to award, will not be considered. Offerors may register with SAM by going to www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df282b784b0e752105c98480aeb99216)
 
Place of Performance
Address: 6650 Meloy Dr. Suite 250, Fort Benning, Georgia, 31905, United States
Zip Code: 31905
 
Record
SN05146787-W 20181109/181107230957-df282b784b0e752105c98480aeb99216 (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.