Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

R -- The Directorate of Contracting, Ft Bliss,TX is soliciting proposals to provide the non-personal services of INSTRUCTORS during training conducted by the Power Projection Platform at Ft Bliss, TX.

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-06-R-0021
 
Response Due
6/14/2006
 
Archive Date
8/13/2006
 
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. No drawings, specifications, or schematics are available from this agency. Upon request (e-mail to lauren.vanens@us.army.mil), a Performance Work Statement (PWS) will be provided to inte rested offerors. The solicitation is W911SG-06-R-0021 and is issued as a Request for Proposal (RFP). Proposals are due by 14 Jun 06, 3:00 p.m. local time. The RFP will result in a firm fixed price performance based requirement contract subject to the fo llowing conditions: 1) there are currently no funds available for this requirement, funding is pending approval from Installation Management Agency (IMA), and 2) this requirement will be replaced by Conus Support Base Services (CSBS) when approved by IMA (approval anticipated Oct 06). Performance will be evaluated by the following three (3) metrics: 1) did the contractor provide the correct number and type of personnel as required by the (Program of Instruction) POI? 2) Did the contractor personnel arri ve on time to the designated area as required by the POI? 3) Did the instructors conduct training IAW with FORSCOM message #5 utilizing the current POI? The performance period is from 26 Jun 06 through 30 Sep 06, plus four (4) two-month option periods. Th e North American Industry Classification System (NAICS) code for this acquisition is 611699. Wage Determination No: 94-2511 Rev (27) dtd 14 Jun 05 applies to this solicitation. The applicable occupation code is 29160 - Instructor. This solicitation is 100 % set-aside for small businesses. The Directorate of Contracting, Fort Bliss, Texas is soliciting proposals to provide all labor and supervision necessary to provide the non-personal services of INSTRUCTORS during training conducted by the Power Projectio n Platform at Fort Bliss, TX. Major responsibilities are to provide Platform instruction during all Phases of training as per FORSCOM training guidance for follow on forces deploying in support of Operation Iraqui Freedom (OIF)/Operation Afghanistan Freed om (OEF). The use of INSTRUCTORS will enhance the individual and collective training of units preparing to deploy to the current Theater of Operations and will assist in the training, coaching and mentoring of selected military forces from the Army, Navy , Marines and Air Force. CLIN 0001 Instructors, 50 EA, estimated 28,000 hrs (14 weeks at 40 hours). Option periods Instructors, 50 each, estimated 17,250 hrs beginning 1 Oct 06 through 30 Nov 06 and continuing up to three additional periods. Option CLINS need to be priced separately. Award of contract is subject to availability of funds. Exercising of option period will be subject to satisfactory contractor performance as evaluated by the Government, the availability of funds, and migration to CSBS. To tal price for evaluation purposes is determined by adding the total price of all CLINS in the base period and all CLINS in the option periods. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. The fol lowing FAR clauses and provisions apply to this RFP: FAR clause 52.202-1, Definitions (Jul 2004) ; provision 52.212-1, Instructions to Offerors  Commercial Items (Jan 2005); provision 52.212-3, Offeror Representations and Certification  Commercial Items must be completed and submitted with the proposal; FAR clause 52.212-4, Contract Terms and Conditions  Commercial Items (Oct 2003); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (A pr 2005) applies to this RFP and the following clauses cited in the clause apply: 52.203-6, Alternate 1, Restrictions on Subcontractor Sales to the Government ( Oct 1995); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126) (Jun 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999) ; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Apr 2002); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) (Jun 1998); 52.222- 37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) (Dec 2001); 52.225-1, Buy American Act-Balance of Payments Program Supplies (41 U.S.C. 10a10d) (Jun 2003); 52.225-13, Restrictio ns on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) (Dec 2003); 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Also applicable, provision 52.215-1, Instructions to Offerors  Co mpetitive Acquisition; provision 52.217-5, Evaluation of Options (Jul 1990); clause 52.219-14, Limitations on Subcontracting (Dec 1996); clause 52.228-5, Insurance  Work on a Government Installation (Jan 1997), clause 52.232-18 Availability of Funds (Apr 1984), clause 52.232-19, Availability of Funds for the Next Fiscal Year, provision 52.233-2, Service of Protest (Aug 1996), clause 52.233-3, Protest After Award (Aug 1996); clause 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); clause 52. 237-2, Protection of Government Buildings, Equipment, and Vegetation; clause 52.237-3 Continuity of Services (Jan 1991), clause 52.242-13, Bankruptcy (Jul 1995), clause 52.243-1, Changes  Fixed Price, Alt 1 (Apr 1984); provision 52.252-1, Solicitation Pro visions Incorporated by Reference (Feb 1998); clause 52.252-2, Clauses Incorporated by Reference (Feb 1998); provision 52.252-5, Authorized Deviations in Provisions (Apr 1984); clause 52.252-6, Authorized Deviations in Clauses (Apr 1984); clause 252.232-70 03, Electronic Submission of Payment Requests (Jan 2004); and clause 252.243-7001, Pricing of contract modifications. The following clauses with fill-ins apply and are available in full text upon request: 52.216-18, Ordering (Oct 1995); 52.216-19, Order L imitations (Oct 1995); 52.216-21, Requirements (Oct 1995); 52.217-8, Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the Term of the Contract (Mar 2000). Offerors must submit the following to be considered for award: 1) a completed copy of FAR clause 52.212-3, Representation and Certifications, Commercial Items (Mar 2005); 2) Offerors must submit a unit price for the total quantity for all CLINS for base and option periods; 3) Offerors must be able to meet the required delivery schedule, and have a satisfactory record of past performance and experience. Mail/hand deliver proposals to Directorate of Contracting, ATTN: Lauren Van Ens, 2021 Club Road, Fort Bliss, Texas 79916 or FAX to (915) 568-0836. Copies of FAR clauses and provisions may be accessed via the Internet at www.arnet.gov. 52.212-2 Evaluation of 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 the most advantageous to the Government, price and other factors considered. The Government intends to evaluate proposals and make award without discussions. The following three factors, in descending order of importance, shall be used to evaluate offers: Price, Experience, and Past Performance. Experience and past performance, when combined, are less im portant than price. The Government will evaluate proposals for both amount of experience with similar contracts and quality of performance. 1) Price  Offerors shall propose a price for each CLIN. 2) Past Experience  refers to the amount and nature of the work your company has performed. 3) Past Performanc e  refers to how well your company has performed that work. The Government will evaluate the submitted past performance information required by FAR provision 52.212-1 and may use information from other sources to review offerors ability to perform the c ontract successfully. Required past performance information: Offerors shall submit three (3) references of relevant contracts performed within the last five years (past and/or present), that are the same and/or similar to the size and complexity of this requirement. For each reference include the contract number, dollar value, contract office, agency name, contact numbers, period of performance, contracting officers name, telephone and fax numbers for each contract, customer name and phone number and de scription of service. Past performance data does not have to be through a government agency. 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 ma y 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). Provide one (1) copy of price proposal and three (3) copies of technical propo sal (factors 2-4).
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN01057416-W 20060527/060525221209 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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