Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
DOCUMENT

U -- Military Mobile Force Protection Training - Statement of Requirement

Notice Date
8/18/2008
 
Notice Type
Statement of Requirement
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-08-R-0010
 
Archive Date
9/10/2008
 
Point of Contact
Vickey E. Spain,, Phone: 9104326145, Barbara L Bowles,, Phone: 910-432-8598
 
E-Mail Address
vickey.spain@soc.mil, bowlesb@soc.mil
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR QUOTATION (RFQ) #H92239-08-R-0010 Military Mobile Force Protection Training A. REQUEST FOR QUOTATION UNDER GSA CONTRACT SCHEDULE: Contractors shall ensure that the service provided is properly included under the GSA contract vehicle proposed. The first review will determine if the schedule proposed is applicable to the service requested. If it is not, the quote will be removed from consideration. B. REQUIREMENT: The US Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for Military Mobile Force Protection Training (MMFPT). The contractor shall provide all direct labor, training material, supervision (of contractor personnel), facilities, and all other items and services (not specifically identified herein to be Government furnished), necessary to conduct a minimum 5 day course on Military Mobile Force Protection Training (MMFPT). This training shall encompass instructions on antiterrorism/force protection concerns as described throughout the Statement of Requirement. MMFPT shall be conducted for Government designees (hereafter to be referred to as students) from the US Army Special Operations Command (USASOC), 4th Psychological Operations Group (POG), Fort Bragg, North Carolina. C. DELIVERY ORDERS: The Government intends to establish a firm-fixed price single award to the offeror submitting a quote that is determined the “Best Value” to the Government. D. PERIOD OF PERFORMANCE: Period of Performance of August, September, and October 2008. E. EVALUATION: Award will be made to the responsible offeror whose proposal conforms to this Request for Quotation and is the “Best Value” to the Government with appropriate consideration given to the 3 evaluation factors: (1) Technical, (2) Price, and (3) Past Performance, which are listed in descending order of importance. 1.Technical Capability (a) Technical Approach – The accuracy and extend to which the offer demonstrates a complete understanding of the requirements of the Statement of Requirement (SOR) and conveys methodologies, techniques, and a detailed technical approach that enhances the likelihood of satisfactory performance and performance quality. (b) Training Evaluation – Each vendor’s proposal shall include their knowledge and past experience in training relevant to this requirement. Contractors shall submit a detailed Program of Instruction (POI) defining how they will accomplish the training as specified in the Statement of Requirement. At a minimum include detailed sketches, diagrams, and breakdown of facilities. If the contractor proposes the use of a military range to support the requirement, it will be the contractor’s responsibility to schedule that facility and to ensure its availability at the time of and throughout, the training period. Additionally, the contractor shall provide, with his proposal, a memo or other similar documentation from an authorized Government representative clearly supporting the use of the range throughout this contract period. Contractor’s technical proposal shall include the availability of training dates and the number of training slots available for the months of Aug, Sep, and Oct 2008. 2. Price: Overall total price will be evaluated based on adequate price competition for fairness and reasonableness. Price shall include a firm-fixed price for the performance period. The “Per Student” price proposal shall include lodging and three meals a day. The location of the training site will be evaluated to determine the best value to the Government based on the travel cost to the training area from Fort Bragg, NC. The contractor shall provide the actual training location. No alternate offers are authorized. The Government intends to award an order without discussion. Therefore, offerors are warned to consult with the Contracting Officer before submitting an offer that takes exception to any term or condition of this RFQ. However, the Government reserves the right to conduct discussions and to permit offerors to revise their offerors. Relative Importance of the Evaluation Factors: Non-price evaluation factors, when combined, are significantly more important than price. The Technical Capability is more important than the Price; however, the Government will not select an offeror for award on the basis of a superior capability without consideration of the price proposed. The relative influence that Non-price factors and price will have on the source selection will depend on the marginal differences among the offerors (see Source Selection Decision below). Source Selection Decision: In evaluating offers, the Government will make appropriate tradeoffs when required and select the offeror that is most advantageous to the Government. Offerors are cautioned that an award may not necessarily be made to the lowest priced offeror. 3. Past Performance: Past performance is a measure to which an offeror satisfied its customers in the past and complied with Federal, state, and local laws and regulations. The Government will contact some of each offeror’s customers to ask whether or not they believe: (1) that the offeror was capable, efficient, and effective; (2) that the offeror’s performance conformed to the terms and conditions of its contract; (3) that the offeror was reasonable and cooperative during performance; and (4) that the offeror was committed to customer satisfaction. In evaluating past performance, the Government will contact some of the references provided by the offeror and other sources of information. The Government will not evaluate an offeror’s organizational past performance on the basis of personal past performance of the offeror’s key personnel. Offers shall provide name, title and phone number of principal on a minimum of three contracts for similar services performed during the previous 3 years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in training in all areas noted in the statement of requirement. The Government will evaluate each offeror’s experience on the basis of its depth and relevance to the work that will be required under the prospective contract. F. SERVICE CONTRACT ACT. The Service Contract Act is applicable to the resulting Task Order. If FAR 52.222-41 and a Wage Determination that is appropriate for this location are not contained in your basic GSA contract, please advise this office with your quote. CLAUSES. The following clauses are applicable to the resultant order. 52.222-41 Service Contract Act of 1965, As Amended (Jul 2005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 5652.204-9003 Disclosure of Unclassified Information (Nov 2007) G. INSTRUCTIONS TO OFFERORS: 1. Offerors shall submit a written offer. A “Per Student” price shall be provided on the attached schedule of services. The technical information shall not contain cost or pricing data. 2. Contractor’s quote shall include a safety plan outlining the procedures that are in place to ensure safety and react to medical emergencies. Safety plan shall include the location of the nearest emergency medical facility. H. DUE DATE: Offers shall be received at HQ-USASOC, ATTN: AOCO (Vickey E. Spain), Fort Bragg, North Carolina, 28310, not later than 4:00 pm. EST, 26 August 2008. Offers shall be in writing in order to be considered. Fax submissions will be accepted at (910) 432-9345. E-mail submission will be accepted at vickey.spain@soc.mil; however, it is the contractor’s responsibility to ensure that electronic submissions are received by the contracting officer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3289c217a6cdec109b8d19b875219353&tab=core&_cview=1)
 
Document(s)
Statement of Requirement
 
File Name: Statement of Requirement (SOR MMFP 55 slots Aug-Oct.doc)
Link: https://www.fbo.gov//utils/view?id=2c3a415814ab4639323fef60699b0ca8
Bytes: 71.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: For Fort Bragg, NC, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN01643267-W 20080820/080818220552-1794f1e7d31a5c44d0fe25ed5e53bbcc (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.