SOLICITATION NOTICE
U -- Training for Yellow Ribbon Reintegration.
- Notice Date
- 9/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
- ZIP Code
- 17003-5003
- Solicitation Number
- W25KYC91958002
- Response Due
- 9/22/2009
- Archive Date
- 11/21/2009
- Point of Contact
- Michael V. Brown, 717-861-6872
- E-Mail Address
-
USPFO for Pennsylvania
(mike.v.brown@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-36. The Pennsylvania National Guard has a requirement for Combat Stress and Reintegration Training services in support of its mission functions at various Army National Guard facilities throughout the Commonwealth of Pennsylvania. The Solicitation Number is: W25KYC91958002. The Solicitation is issued as a Request for Proposals (RFP). Proposals are due on Tuesday, September 22, at 1300 HRS (1:00 pm) EDT at DMVA, Bldg. 0-48, USPFO-PA, P&C, Attn. Richard W. Boger, Room 242, FTIG/Annville, PA 17003-5003. Proposals may be submitted by e-mail at: richard.boger@us.army.mil; and if submitted by such electronic means must be received by the date and time specified and shall be in Adobe PDF format. Proposals should not be submitted via facsimile. Questions concerning this solicitation will only be accepted via e-mail addressed to Richard W. Boger, Contracting Officer at richard.boger@us.army.mil. The associated NAICS Code is: 611710 and the small business size standard is: $7.0 Million. The Government will award a contract 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 basis for selection will be best value using a tradeoff process utilizing the following evaluation factors (in order of importance): FACTOR 1 - Proven experience with successful delivery of experiential training methods as they apply to returning Combat Veterans and their Families with emphasis placed on the empowerment of the audience as opposed to the standard lecture presentation. Experience may demonstrated by the number and frequency of sessions delivered; the size of audience and make up of audience (i.e., Combat Veterans, Family members of the same, including children); and the number of government contracts previously executed. FACTOR 2 - Solid knowledge basis of the Yellow Ribbon Program, the intent of the program including areas of concentration addressed during/throughout the programs cycle. Demonstration of knowledge basis should include explanation on how knowledge base was developed and actions/efforts taken to remain current in the program as it continues to develop. FACTOR 3 - Knowledge of Post Traumatic Stress Disorder (PTSD), risk communication and coaching as it pertains to warning signs, triggers and coping skills in dealing with PTSD. Knowledge may be demonstrated through resume or similar documentation for each proposed trainer reflecting previous education, professional development, personal experience, and/or other training. FACTOR 4 - Offerors use, if any, of Combat Veterans in delivery of training. Proposal should address how Combat Veterans have been included in the delivery of training methods covered by FACTOR 1; identify the specific combat zones where the Combat Veterans served and length of such service; and validate Combat Veteran service through inclusion of applicable DD 214s and related documents. FACTOR 5 - Price. Factors 1, 2 & 3 are each of equal importance and are each, individually, more important than Factor 4. Factor 4 is more important than Factor 5. Evaluations will be based on information furnished by the Offeror in its Proposal and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE PROPOSAL. This RFP is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Monthly progress payments will be authorized in accordance FAR 52.232-16. No other contract financing will be provided for this acquisition. The Government reserves the right to not make an award at all. The Government reserves the right to award without discussions. The substance of this RFP is set forth in the Performance Work Statement (copy attached). By submission of a Proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this solicitation. Offeror also acknowledges the requirement to accept progress payments and final payment on any award via use of a Government Purchase Card (FAR 52.232-36) after submission of invoices for completed work. Firm Fixed-Price Proposals are being solicited. Any pricing for travel in connection with contract performance shall be in accord with FAR 31.205-46. NO SITE VISIT WILL BE HELD RELATIVE TO THIS REQUEST FOR PROPOSALS. The Successful Offeror will perform various locations throughout Pennsylvania as detailed in the Performance Work Statement. Proposals shall be in 8-1/2 x 11 format with minimum 1 margins. Each page shall be numbered. The cover page for Proposals shall contain the Offerors Name, GSA Schedule Contract Number; CAGE CODE; and the Full Name and Contract information for the Offerors representative. Proposals shall address the matters contained in the Performance Work Statement and include any prompt payment terms. The Government desires to have performance commenced at the earliest opportunity. FAR 52.252-2 - 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): http://farsite.hill.af.mil The following FAR Provisions and Clauses apply to this acquisition: 52.203-3 (Gratuities); 52.203-6 Alt. I (Restrictions on Subcontractor Sales to the Government); 52.204-4 (Printed or Copied-Double Sided on Recycled Paper); 52.204-7 (Central Contractor Registration); 52.212-1 (Instructions to Offerors); the clause at FAR 52.212-3 ALT-I, Offeror Representations and Certifications Commercial Items, applies to this solicitation and the offeror must have completed their registration of their Representations and Certifications On-Line at http://orca.bpn.gov/publicsearch.aspx; 52.212-4 (Contract Terms and Conditions Commercial Items); 52.212-5 (Dev) (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items); 52.219-4 (Notice of Price Evaluation Preference for HUBZone Small Business Concerns); 52.219-8 (Utilization of Small Business Concerns); 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); 52.222-35 (Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans); 52.222-36 (Affirmative Action for Workers with Disabilities); 52.222-37 (Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans); 52.222-39 (Notification of Employee Rights Concerning Payment of Union Dues or Fees); 52.222-41 (Service Contract Act of 1965); 52.222-44 (Fair Labor Standards Act and Service Contract Act Price Adjustment); 52.222-50 (Combating Trafficking in Persons); 52.223-5 (Pollution Prevention and Right to Know Information); 52.225-13 (Restrictions on Certain Foreign Purchases); 52.232-36 (Payment by Third Party); 52.233-2 (Service of Protest) - designation of location where protest may be served is: DMVA, Bldg. 0-48, USPFO-PA, Attn. P&C, Room 242, FTIG/Annville, PA 17003-5003; 52.233-3 (Protest After Award); 52.233-4 (Applicable Law for Breach of Contract Claim); 52.237-2 (Protection of Government Buildings, Equipment & Vegetation); 52.243-1 Alt 1 (Changes-Fixed-Price); 52.249-4 (Termination for Convenience Services); 52.249-8 (Default). The following DFARS Clauses apply to this acquisition: 252.201-7000 (Contracting Officers Representative); 252.203-7000 (Requirements Relating to Compensation of Former DoD Officials); 252.203-7002 (Requirement to Inform Employees of Whistleblower Rights); 252.204-7004 (Alternate A); 252.209-7001 (Disclosure of Ownership or Control by the Government of a Terrorist Country); 252.212-7001 (DEV) (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items); 252.225-7000 (Buy American Act Balance of Payments Program Certificate); 252.225-7012 (Preference for Certain Domestic Commodities); 252.232-7010 (Levies on Contract Payments); 252.243-7002 (Requests for Equitable Adjustment); 252.246-7003 (Notification of Potential Safety Issues). In addition, the following installation clauses will apply to this acquisition: 52.000-5000 - FTIG Access Policy and 52.000-5001 - FTIG Safety Plan (for those Training Services that will occur at Fort Indiantown Gap).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36/W25KYC91958002/listing.html)
- Place of Performance
- Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
- Zip Code: 17003-5003
- Zip Code: 17003-5003
- Record
- SN01946940-W 20090911/090910000614-66c1eaa64929c1a76eda0d4ec91b80bc (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 |