Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2009 FBO #2930
SOLICITATION NOTICE

99 -- CLASSROOM SPACE

Notice Date
11/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531390 — Other Activities Related to Real Estate
 
Contracting Office
Defense Contract Management Agency, Defense Contract Management Agency, DCMA Procurement Center (DCMAC-W), ATTN DCMAC-W, 6350 Walker Lane Suite 300, Alexandria, Virginia, 22310-3241
 
ZIP Code
22310-3241
 
Solicitation Number
S5105A-10-T-0001
 
Point of Contact
Sue Gerardo, Phone: 703-428-1323
 
E-Mail Address
sue.gerardo@dcma.mil
(sue.gerardo@dcma.mil)
 
Small Business Set-Aside
N/A
 
Description
(i)This is a combined synopsis/solicitation for commercial items/services in accordance with FAR Part 13.5 and FAR 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 for this requirement. (ii) Department of Defense Contract Management Agency is issuing a Request for Proposal (RFP) - S5105A-10-T-0001. The goal of this acquisition is to acquire training space which provides online and resident classes. This space will be used intermittently to offer one large training class that will be split into up to three smaller classes of students each running concurrently for 3 to 4 week sessions. DCMA will require access to the required space from 7:00am to 5:00pm daily, Monday through Friday (ii) S5105A-10-T-0001 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a Request for Proposal (RFP). Submit electronic offer document type: Combined Synopsis/Solicitation Solicitation Number: S5105A-10-T-0001 CLASSROOM SPACE Posted Date: 30 NOVEMBER 2009 Original Response Date: 14 DECEMBER 2009 Classification Code: 9999 - Miscellaneous Items Naics Code: 531390 - OTHER ACTIVITIES RELATED TO REAL ESTATE All US firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. It is the contractors' responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/ (iv) This procurement is being issued for Department of Defense Contract Management Agency Program for CLASSROOM SPACE. North American Industrial Classification Standard: 531390 - OTHER ACTIVITIES RELATED TO REAL ESTATE (v ) Description of the requirement is listed below: CLIN Item Description Est Qty Unit Unit Price Total Price 0001 TEMPORARY CLASSROOM SPACE FOR 30 STUDENTS MONDAY - FRIDAY 7:00 AM - 5:00 PM EST 1 EA 0002 TEMPORARY CLASSROOM SPACE FOR 15 STUDENTS MONDAY - FRIDAY 7:00 AM - 5:00 PM EST 3 Ea 0003 OFFICE SPACE FOR INSTRUCTORS 1 Ea Instructions to Offerors: Administrative Information Transmittal or Cover letter. Include a statement regarding acceptability of proposed contract schedule, clauses and general provisions, any recommendations, and any exceptions taken. In the event the offeror takes any exceptions to, or sets any conditions for its proposal, under the subject solicitation, such exceptions or conditions shall be set forth in the transmittal letter. The letter must be signed by a representative of the offeror's company who has the legal authority to commit the company. Provide the following information: •1.) NAICS Code and Business Standard Information •2.) Dun & Bradstreet Number (DUNS) 3.) Tax Identification Number (TIN) 4.) Complete Business Mailing Address 5.) Cage Code/FSC Codes: PSC, SIC, NAICS, FSC 6.) Contact Name 7.) Contact Phone 8.) Contact Fax Number 9.) Contact email address (vi) FOB: Destination for delivery to: Statement of Work is Attached (vii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (viii ) The Government intends to award this requirement on best value basis. All proposals will be evaluated against the following factors and sub-factors: •(1) Understanding - The offeror's understanding will be evaluated to determine how well the offeror demonstrated a clear understanding of the tasks in the SOW, identification the potential problems involved in meeting the scope of work requirements, and its recommended approaches for their resolution with an emphasis on risk mitigation. •(2) Acceptability - Is the quote acceptable? If a quote is not acceptable, it may be removed from consideration and the other evaluation factors shall not considered. To be considered for award, a vendor must agree to, and conform to, all the terms and conditions of the solicitation. If a quote is not initially acceptable, it may be removed from consideration, and the other evaluation factors not evaluated. Acceptability will be scored on a "Pass/Fail" basis. Offeror will proposed based on the training schedules (3 week and 4 week). 3) Suitability - DCMA will evaluate the suitability of the classroom locations in Greater Richmond/Fort Lee vicinity. Suitability encompasses all factors that contribute to the student's comfort and safety and to the overall success of the training. Evaluation of suitability will be a subjective assessment of the features offered by the offeror. The suitability assessment will focus on, but not be limited to, the condition of the room/ facility (new, old, remodeled; good condition); condition of the rooms (size and shape, obstructions such as pillars, soundproofing, security, proximity of rooms to each other, etc.); availability of restaurants around the area. Factor 2: Price (Not adjectively rated) Offerors must submit pricing for 3 week and 4 week based on training schedules stated in the SOW. The total offered price will be determined by adding the total price for all options to the total price for the basic requirements. An offer may be rejected or not be considered for award if it is materially unbalanced. An offer is considered to be materially unbalanced when it is based on prices significantly less for some deliverables and prices which are significantly higher for other similar deliverables; and /or when discrepancies are present between prices for the base year and prices for the option years. (iv) Basis of Award -. Relative importance of Evaluation Factors/Sub-Factors: Technical Approach and all sub-factors are significantly more important than price. Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFP, provides an overall best value to the Government, technical evaluation factors, and price considered. (x) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, with quote (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. (xiii) The following provisions and clauses apply to this acquisition: FAR 52.203 Gratuities; FAR 52.212-4 Contract Terms and Conditions; FAR 52.217-8 Option To Extend Services; FAR 52.217-9 Option To Extend The Term of The contract; FAR 52.219-6 Liquidated Damages; 52.222-50 - Combating Trafficking in Persons (Apr 2006) 52.222-54-Employment Eligibility Verification (Jan 2009) 52.232-18 - Availability of Funds (Apr 1984) Protest After Award; FAR 52.247-34 - F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS Clauses : 252.201-7000 Contracting Officer's Representative (Dec 1991) 252.204-7000 Disclosure of Information (Dec 1991) 252.204-7004 Required Central Contract Registration (Mar 2000) Alt A 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (SEP 2004) 252.209-7004 Subcontracting with Firms that are owned or controlled by the Government of a Terrorist Country (Mar 1998) 252.232-7003 Electronic Submission of Payment Request (MAY 2006) 252.232-7010 Levies on Contract Payments (Sept 2005) 252.243-7001 Pricing of Contract Modification (Dec 1991) 252.211-7003 Item Identification and Valuation (June 2005) Clauses in Full Text: 252.201-9003 -- Limitation of Authority No person in the Government, other than a Contracting Officer, has the authority to provide direction to the Contractor, which alters the Contractor's obligations or changes this contract in any way. If any person representing the Government, other than the Contracting Officer, attempts to alter contract obligations, change the contract specifications/statement of work or tells the Contractor to perform some effort which the Contractor believes to be outside the scope of this contract, the Contractor shall immediately notify the PCO. Contractor personnel shall not comply with any order or direction that they believe to be outside the scope of this contract unless the order or direction is issued by a Contracting Officer. 252-232-9003 -- Receipt, Acceptance and Payment This contract includes DFARS Clause 252.232-7003, Electronic Submission of Payment Invoices. The Defense Contract Management Agency (DCMA) has implemented Wide Area Work Flow Receipt and Acceptance (WAWF-RA) as its method of electronic submission of invoices and government inspection and acceptance, and it is the only acceptable format for submitting invoices and receiving reports. Any payment request that is not submitted in electronic form WILL BE REJECTED by the Defense Finance Accounting Services (DFAS). If the contractor is unable to submit invoices using WAWF-RA, the contractor should immediately notify the Contracting Officer and provide rationale as to why the contractor is unable to use WAWF-RA. Information regarding WAWF-RA can be found at https://wawf.eb.mil/. The WAWF-RA training site is accessible at http://www.wawftraining.com. In addition, vendors can attend DCMA-provided training. Contact Ms. Carol Albany, DCMA Information Technology Electronic Business Directorate, at carol.albany@dcma.mil, or telephone (703) 428-0540 to arrange for training. The following information is provided (PCO fill-in) to help streamline the payment process: 1. Invoices shall be submitted: [] After Delivery of products and services [x ] Monthly (after performance) after the use of the space [ ] Quarterly (after performance) [ ] Yearly (after performance) [ ] In advance (use this option ONLY if your contract includes FAR clause 52.213-2 - Invoices) 2. The contractor shall submit invoices using the following format: [ ] 2-in-1 (Services only) [x] Invoice and Receiving Report [ ] Invoice -- Fast Pay (use this option ONLY if your contract includes FAR clause 52.213-1 -- Fast Payment Procedure) 3. The following codes are required to properly route your invoices and/or receiving reports through WAWF-RA: Vendor Cage Code [PCO fill-in] Issue By DODAAC [PCO fill-in] Admin Office DODAAC [PCO fill-in] Acceptor DODAAC [PCO fill-in] Payment Office DODAAC 4. When creating invoices and/or receiving reports, the contractor should select the "additional E-mail notifications" link and enter the e-mail address shown below. The government will advise the contractor of any changes to email addresses by email vs. contract modification. Upon receipt of changes, the contractor shall include the new email notifications when creating invoices and/or receiving reports. Inspector/Acceptor [PCO fill-in] Contract Specialist [PCO fill-in] Additional Contacts 5. Payment information can be accessed from the DFAS website at http://www.dfas.mil.money/vendor. The contract/order number or invoice number is required when inquiring about the status of a payment. 6. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) at 1-800-756-4571. If the DFAS Payment Office DoDAAC is HQ0131 select Option 2, then Option 2. If the DFAS Payment Office DoDAAC is HQ0337, HQ0338 and HQ0339 select Option 1 then Option1, for company names beginning with A-K or Option 1, then Option 2 for company names beginning with L-Z. Please have your contract/order number and invoice number ready when calling about payment status. (xiv) All quotes must be emailed to Sue Gerardo at sue.gerardo@dcma.mil. Please ensure an email acknowledging receipt of the quotes be received from DCMA. Proposals are required to be received on or before 14 December 2009, 11:00 a.m. EST. Late quotes will not be considered. SOW Subject: Temporary Use of Space for DCMA Learning Campus Overflow in the Greater Richmond or Ft. Lee, VA area. Description and purpose: The Defense Contract Management Agency Learning Campus (DCMA DLC) is a training location which provides online and resident classes. This space will be used intermittently to offer one large training class that will be split into up to three smaller classes of students each running concurrently for 3 to 4 week sessions in accordance with the training schedule below. DCMA will require access to the required space from 7:00am to 5:00pm daily, Monday through Friday. Classroom/office space is required as follows: •· One classroom of sufficient size to comfortably accommodate up to 30 students and one instructor. The classroom will contain appropriate furniture (tables and chairs) for students and the instructor, a lectern, a black or white board, and projection capability - projector that can be connected to a computer and a screen. •· Three classrooms of sufficient size to accommodate up to 15 students each. The classrooms will contain appropriate furniture (tables and chairs) for students and a black or white board. •· One furnished office, of approximately 144 square feet, to accommodate an instructor and training supplies storage. The office should be sufficiently private to allow normal conversation between the instructor and student without being overheard outside the office. Heating and air-conditioning systems must meet federal requirements for offices and classrooms and must be working and turned on as appropriate during the hours of DCMA's use. Access to restrooms and a break area during the hours of 7:00 am to 5:00 pm daily is required. The break area should include an area for students to sit while eating lunch. Food and drink vending machines, a microwave oven, and a refrigerator are desirable. The building must meet Americans with Disabilities Act (ADA) requirements. There must be an appropriate level of lighting for the office and classrooms. Classroom lighting should meet the following standards: •· Two modes of operation including (1) a normal mode for conventional classroom activities and (2) an AV mode in which a video projector and screen can be used without totally darkening the room. •· At least 30 foot-candles on every desk in normal mode, with the average light level in the student desk area of 40-45 foot-candles •· At least 10 foot-candles on every desk in AV mode •· At least 20 foot-candles on the vertical teaching surface (black or white board) in normal mode. •· No more than 5 foot-candles on the AV screen in AV mode No-cost parking, within 100 yards of the training facility, must be available for up to 30 vehicles during the hours of use. Disabled parking spaces adjacent to the training facility must be available either through assignment to qualifying individuals during their training session or on a first-come, first-served basis. Classrooms and office will be cleaned and emptied of trash daily after classes end. Duration of Use: Beginning January 2010 and in accordance with the training schedule below. 3-Week Schedule: Base Period: Jan 25 - Feb 12 (13 days) Feb 22 - Mar 12 (13 days) Mar 29 - Apr 16 (13 days) Apr 26 - May 14 (13 days) May 24 - Jun 11 (12 days) Jun 21 - Jul 9 (12 days) Option Period: Jul 19 - Aug 6 (13 days) Aug 16 - Sep 3 (13 days) Sep 13 - Sep 30 (13 days) 4-Week Schedule: Base Period Jan 25 - Feb 19 (17 days) Mar 1 - Mar 26 (18 days) Apr 5 - Apr 30 (18 days) May 10 - Jun 4 (17 days) Jun 14 - Jul 9 (17 days) Option Period: Jul 19 - Aug 13 (18 days) Aug 23 - Sep 17 (17 days)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DCMA/DSPPMRO/DCMAC-W/S5105A-10-T-0001/listing.html)
 
Place of Performance
Address: Greater Richmond/Fort Lee vicinity, United States
 
Record
SN02012819-W 20091202/091130234501-3a572b29ed0af552c8969407a08e50e6 (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.