Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2006 FBO #1740
SOLICITATION NOTICE

R -- Development of Marine Corps Marksmanship Program Courseware

Notice Date
8/30/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785406Q0514
 
Response Due
9/13/2006
 
Archive Date
10/12/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 Quotation numbered M67854-06-Q-0514. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12, Defense Acquisition Circular 91-13 and DFARS Change Notice 20060814. This requirement is being synopsized as a competitive, 100% small business set-aside acquisition under the NAICS code 611710 and a small business size standard of $6.5M. This acquisition will be conducted under the procedures for acquiring commercial items authorized in FAR Part 12 under the authority to use simplified procedures for commercial requirements as provided in FAR Part 13. The Marine Corps Systems Command, Business Operations (BIZOPS) has a requirement for program analysis and development of marksmanship courseware and related training and evaluation documentation to support the analysis, development, and implementation of marksmanship training programs for all small arms weapons in the Marine Corps arsenal. Knowledge and expertise of Marine Corps unique marksmanship requirements, distance ranges, and training publication format specifically referring to the Marine Corps Systems Approach to Training (SAT) process that will immediately assist the Marine Corps in the fight against the Global War on Terrorism is critical. This requirement will be awarded using an Indefinite Delivery Indefinite Quantity (IDIQ) type contract with the Contract Line Item Numbers (CLINs) which may be tasked using delivery orders. No work shall begin until a task order is signed by the Contracting Officer and received by the Contractor. The base period of performance is 12 months with an option for an additional 12 months of performance. The minimum value of the resulting contract is $100,000 over the life of the contract. The maximum value of the resulting contract is $600,000. The cumulative amount of all orders issued under this contract shall not exceed $600,000. As stated above, the purpose of this contract is to develop marksmanship courseware and related documentation to support the analysis, development, implementation and sustainment of Marine Corps-wide marksmanship training programs. This majority of this effort shall be performed at Marine Corps Base, Quantico, VA, and at the contractor's facilities. Training materials: One copy of all deliverables shall be provided on 3 1/2 inch computer diskettes in Microsoft Word format. All training materials will be developed and delivered in accordance with the SAT. The delivery orders may include any or all of the following tasks: CLIN 0001. Firm Fixed Price (FFP). Range Officers Symposium participation at Quantico, VA. The conference will focus on the approval of Tables 1 and 2 of the Marine Corps Combat Marksmanship Program and development of a new Competition In-Arms Program (CIAP) Division Match Program for Rifle, Pistol and Team competition. The contractor shall record the Record of Proceedings (ROP) and incorporate the results of the conference into a variety of training programs stated below. ? Review the recommendations from the Range Officers Symposium, interview subject matter experts (SME), and gather resources to develop two courses of fire (rifle and pistol) including range commands for the CIAP to be tested and evaluated at the Base Rifle and Pistol Intramurals. ? Participate in the formative evaluation of the new Division Match Program. ? Shall develop the Program of Instruction (POI) including Detailed Instructor Guides and media for the new Division Match Program. ? Update and revise MCO 3591.2K to reflect changes to the new Division Match Program. ? Update and revise Marine Corps Rifle Marksmanship, Marine Corps Reference Publication (MCRP) 3-01A. ? Update the MCO 3574.2K enclosure detailing rifle firing requirements in support of the Marine Combat Rifle Marksmanship Program. ? Develop a Combat Pistol Marksmanship Program to include the delivery of Individual Technical Standards (ITSs), Learning Analysis Worksheets (LAW), Learning Objective Worksheets (LOW), Detailed Instructor Guides, Course of Fire, Range Commands, and media. ? Update and revise Marine Corps Pistol Marksmanship, Marine Corps Reference Publication (MCRP) 3-01B. ? Update the MCO 3574.2K enclosure detailing pistol firing requirements in support of the Marine Combat Pistol Marksmanship Program. ? Develop a Marine Corps Combat Shotgun Marksmanship Program to include development and delivery of ITSs, LAW/LOWs, Detailed Instructor Guides, Course of Fire, Range Commands, and media. ? Participate in the Small Arms Weapons Instructor School (SAWIS) Course Content Review Board (CCRB) to be held at Quantico, VA. The conference will focus on the revision of the SAWIS POI. The contractor shall record ROP. The contractor shall review the ROP, interview SMEs and gather, research, and review related documents to revise and/or develop the SAWIS to reflect recommendations from the Fleet Marine Force (FMF). The contractor will provide the technical expertise on the historical development of SAWIS. ? Provide technical oversight to the revision of the POI for entry-level and annual training to include Combat Marksmanship Coach (CMC) and Combat Marksmanship Trainer (CMT) courses. This may include ITSs, LAW/LOWs, Detailed Instructor Guides, Course of Fire, Range Commands, and media. ? Update and revise Scout Sniping, MCRP 3-15.3. The contractor shall prepare the documentation in a format compatible to an MCRP. CLIN 0002. Cost Reimbursement. Travel/Other Direct Costs. The contractor's personnel will be required to frequently travel to perform work at Marine Corps Base, Quantico, VA and various other Marine Corps installations. Travel shall be coordinated with the Contracting Officer and the Weapons Training Battalion (WTBN) technical POC. CLIN 0003. FFP. Option. Period of Performance 15 Sep 07 to 14 Sep 08. Range Officers Symposium participation at Quantico, VA. The contractor shall record the ROP and incorporate the results of the conference into a variety of training programs. ? Review the recommendations from the Range Officers Symposium, interview subject matter experts (SME), and gather resources to develop/update two courses of fire (rifle and pistol) including range commands for the CIAP to be tested and evaluated at the Base Rifle and Pistol Intramurals. ? Participate in the revision of the Division Match Program. The formative evaluation will include live fire testing and review of the program by SMEs. The contractor shall analyze the data collected at each of the sites and identify and recommend training solutions. ? Shall develop/revise the POI including Detailed Instructor Guides and media for the Division Match Program. ? Update and revise MCO 3591.2K to reflect changes to the Division Match Program. ? Update and revise Marine Corps Rifle Marksmanship, MCRP 3-01A. ? Update the MCO 3574.2K enclosure detailing rifle firing requirements in support of the Marine Combat Rifle Marksmanship Program. ? Develop/revise a Combat Pistol Marksmanship Program to include the delivery of ITSs, LAW/LOW, Detailed Instructor Guides, Course of Fire, Range Commands, and media. ? Update and revise Marine Corps Pistol Marksmanship, MCRP 3-01B. ? Update the MCO 3574.2K enclosure detailing pistol firing requirements in support of the Marine Combat Pistol Marksmanship Program. ? Develop/revise a Marine Corps Combat Shotgun Marksmanship Program to include development and delivery of ITSs, LAW/LOWs, Detailed Instructor Guides, Course of Fire, Range Commands, and media. ? Provide technical oversight to the revision of the POI for entry-level and annual training to include CMC and CMT courses. This may include ITSs, LAW/LOWs, Detailed Instructor Guides, Course of Fire, Range Commands, and media. ? Participate as technical advisors in the development of the SAWIS POI. ? Update and revise Scout Sniping, MCRP 3-15.3. CLIN 0004. Option. Period of Performance 15 Sep 07 to 14 Sep 08. Cost Reimbursement. Travel/Other Direct Costs. The contractor's personnel will be required to frequently travel to perform work at Marine Corps Base, Quantico, VA and various other Marine Corps installations. Travel shall be coordinated with the Contracting Officer and the Weapons Training Battalion (WTBN) technical POC. Monthly Progress and Status Reports. The contractor shall prepare and submit monthly Progress and Status Reports. Evaluation Criteria. The government will award this contract to the responsible offeror whose conforming business and technical offer is considered most advantageous to the government. Each quote will be evaluated using three evaluation factors: ?Past Experience?, ?Technical Approach? and ?Price Reasonableness.? In making its ?Best Value? determination, the Government will consider ?Past Experience? and ?Technical Approach? to be of equal importance. Price Reasonableness is less important than either ?Past Experience? or ?Technical Approach.? The price of all CLINs will be totaled to determine the total price for evaluation consideration. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (Jan 2006) is incorporated by reference and applies to this acquisition. The provision at FAR 52.212-2, Evaluation Commercial Items (Jan 1999) and any resulting addenda applies to this acquisition. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Jun 2006), including Alt. 1 (Apr 2002) with the proposed quote. The following FAR clauses are incorporated by reference: FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Sep 2005); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2006), is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.204-7, Central Contractor Registration (Oct 2003); 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-14 Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.222-41, Service Contract Act of 1965 (Jul 2005); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-18, Availability of Funds (Apr 1984); 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984); 52.232-33, Payment by Ele ctronic Funds Transfer-Central Contractor Registration (Oct 2003). The clauses at FAR 52.247-34, F.O.B. Destination (Nov 1991) and 52.252-2 Clauses Incorporated by Reference (Feb 1998) www.arnet/gov/far/http://farsite.hill.af.mil apply to this acquisition. DFARS clause 252.204-7004 Alt A, Central Contractor Registration (Nov 2003); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (Jul 2006), with paragraph (a) clause 52.203-3, Gratuities (Apr 1984), and for paragraph (b) 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004); 252.227-7015, Technical Data ? Commercial Items (Nov 1995); 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999); and 252.232-7003, Electronic Submission of Payment Requests (May 2006) are incorporated by reference and apply. DFARS clause 252.246-7000, Material Inspection and Receiving Report (Mar 2003) also applies. Numbered Note 1 applies to this combined synopsis/solicitation. Quotes shall be submitted on 8 ? x 11 inch paper with printing on one side only. The quote should be printed in type size no smaller than 12 point, no reduction permitted. Text should be single-spaced with margins at one inch (right, left, top, and bottom). Quotes must be received via email in the contracting office by 1:00 pm EDT on Sep 15, 2006 to the MARCORSYSCOM point of contact, Berniece Washington, Contract Specialist. All responsible sources may submit a quotation which shall be considered by this agency. All questions must be in writing and can be sent via email to berniece.washington @usmc.mil. It is the offerors responsibility to email the aforementioned individual to insure questions and/or the quotes have been received. Please reference M67854-06-Q-0514 on all correspondence. Offerors must be registered in the Central Contractor Registration (CCR), www.ccr.gov and the Online Representations and Certifications Applications (ORCA) http://orca.bpn.gov. Contractors will be required to register for Wide Area Workflow (WAWF) for invoicing and payment. Information on self-registration for WAWF can be obtained at https: wawf.eb.mil, additional support concerning WAWF can be accessed by calling WAWF Assistance Line 1-800-559-WAWF (9293).
 
Record
SN01130384-W 20060901/060830221814 (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.