Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2005 FBO #1433
SOLICITATION NOTICE

U -- Drug Unit Supervisors Course for Law Enforcement

Notice Date
10/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-06-R-0005
 
Response Due
11/11/2005
 
Archive Date
1/10/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement co nstitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number W912LP-06-R-0005. All proposals shall reference the RFP number and shall be submitted by 8:00 A.M. local time on 11 Nov 2005. The anticipated award date is 17 Nov 2005. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-06 dated 30 Sep 2005. This sol icitation will be issued under Full and Open Competition. The North American Industry Classification system code (NAICS) 611699 size standard of 6 million. The Iowa National Guard wishes to acquire education services to carry out the MCTCs (Midwest Counterdrug Training Center) mission requirements. The MCTC is requesting two iterations of a Drug Unit Supervisors course each year beginning in FY06 through FY1 0, for a total of 10 iterations. To ensure a complete proposal package, the offerer must download the Evaluation Methodology attachment from http://216.81.179.134/ebs/advertisedsolicitations.asp The attachment includes the Evaluation Criteria, Statement o f Work and vendor requirements. The Government intends to award a contract to the offeror whose proposal provides the best value to the Government. The Government will evaluate each proposal by integrating the evaluation price with past/present performan ce and technical. Technical will be rated at a slightly higher rate than past performance, and when combined are significantly more important than the price. The technical factors include (1) Course Length, (2) Course Content and Materials, (3) Course I nstructors and Contracting Firm, and (4) Period of Performance. Past/present performance includes (1) Offerors Business Practices, (2) Customer Relationship, (3) Ability to Successfully Perform, (4) Prior Experience, (5) Adherence to Schedule, and (6) Qu ality of Contractors Team. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerers initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The vendor should submit individual pricing on each iteration for the base year and four option years. In addition, the vendor should submit a one-time price for the adherence to the administrative requirement for CMR (Contractor Manpower Reporting). CMR is an Army Initia tive that was implemented on Mar 8, 2005 to obtain better visibility of the contractor service workforce from Contractors supporting the Army. Please read the implementation language below, it will include the web-site address in which the information is entered. 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 subcontractor manpower) required for per formance 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 include: (1) Contracting Office, Contr acting Officer, Contracting Officers 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 and e-mail address, ident ity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominan t Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FCS for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) fo r the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractors with its UIC for the purposes of reporting this information; (11) Locations where the 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 the website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor empl oyees 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 perform ance not to exceed 12 months ending 30 Sep of each government fiscal year and must be reported by 31 Oct of each calendar year. Contractors may use a direct XML data transfer to the database server of fill in the fields on the website. The XML direct tra nsfer is a format for transferring files from a contractors system 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 th e web site. The following provisions and clauses will be incorporated into the solicitation by reference: 52.212-1, Instructors to Offerors-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.232-18, Availability of Funds, 52.233-3, Prot est After Award, 52.204-4, Printed or Copied-Double Sided on Recycled Paper, 252-209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. The following clauses within 52.212-5 apply to this solicitation and any resultant cont ract: 52.219-6 Notice of Small Business Set-Aside 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, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era, and ot her Eligible Veterans, 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans, 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Conce rns, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration, 52.232-36, Payment by Third Party. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 52 .219-4, Limitations on Subcontracting, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002, Request for Equitable Adjustment, 252.247-7023. Qualifying offers must meet the stated specifications and must be accompanied by the completed p rovision 52.212-3, or a completed registration on the ORCA website. See paragraph I of 52.212-3 for instructions. The following additional clauses and provisions are added in full text: FAR 52.217-9, Option to extend the terms of the contract states, (a ) The Government may extend the term of this contract by written notice to the Contractor within 5 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 before the contract expires. The pr eliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be cons idered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. FAR 52.222-49, Service Contract Act-Place of Performance Unknown, states that this contrac t is subject to the Service Contract Act, and the places of performance for nine course iterations are unknown. The places of performance are to be determined, and will be coordinated with the successful vendor after contract award. Additional wage determ ination requests will be made after contract award. Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, additional wage dete rminations shall be requested and incorporated in the resultant contract retroactive to the date of contract award and there shall be no adjustment in the contract price. 52.252-1, Provisions Incorporated by Reference, 52.252-2, Clauses Incorporated by Re ference (The clauses and provisions incorporated by reference can be accessed in full text at http://farsite.hill.af.mil), 52.233-2, Service of Protest (CW4 Mark Thompson, USPFO, 7105 NW 70th Ave, Johnston, IA 50131-1824), 252.212-7000, Offeror Representat ions and Certifications  Commercial Items. Sign and date your offer, the original must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824, ATTN: SSgt Renee Berg, Contract Specialist at or before 8: 00 a.m., 11 Nov 2005. For information regarding this solicitation contact SSgt Renee Berg at 515-252-4615, renee.berg@ia.ngb.army.mil or CW4 Mark Thompson at 515-252-4248.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1824
Country: US
 
Record
SN00922398-W 20051029/051027212051 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.