Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2009 FBO #2937
MODIFICATION

69 -- POCKET SIZED VISUAL TRAINING AID FOR THE USMC 3 SEASON SLEEP SYSTEM

Notice Date
12/7/2009
 
Notice Type
Modification/Amendment
 
NAICS
323110 — Commercial Lithographic Printing
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY10R0012
 
Response Due
12/14/2009
 
Archive Date
2/12/2010
 
Point of Contact
Michael Griffin, 508-233-5969
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(michael.griffin5@us.army.mil)
 
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. 1. This is a combined synopsis/solicitation, issued as Request for Proposals (RFP) W911QY-10-R-0012, for commercial items prepared in accordance with the format in FAR Subpart 12.6 and in conjunction with FAR Subpart 13.5, 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This acquisition is a 100% small business set aside under NAICS code 323110, which has a small business size standard of 500 employees. 2. BACKGROUND - The US Army Research Development and Engineering Command Contracting Center, Natick Contracting Division (NCD), on behalf of the United States Marine Corps, has a requirement for an illustrated pocket user guide for the Three System Sleep System (3S). The pocket user guide shall effectively combine illustrations and easy to understand wording that quickly and systematically communicates to the Marine reader how to use the component to achieve expected results, and how to use components together as an effective system. 3. ACQUISITION APPROACH - This is a competitive commercial acquisition for the award of a single, firm fixed price, indefinite delivery/indefinite quantity contract for the design and production of illustrated pocket user guides for the USMC Three Season Sleep System. The Government reserves the right to make multiple awards or to make no award as a result of this combined synopsis/solicitation. The award will be made to the best overall proposal or combination of proposals, which is determined to be the most beneficial to the Government. Specifically, a best-value trade-off process will be used for this procurement to select the most advantageous offer based on an integrated assessment of both non-price (Technical and Past Performance) and Price factors. 4. STATEMENT OF WORK (SOW) - The USMC requires an illustrated pocket user guide for the Three Season Sleep System (3S). The pocket user guide shall effectively combine illustrations and easy to understand wording that quickly and systematically communicates to the Marine reader how to use the component to achieve expected results, and how to use components together as an effective system. The pocket dimension of the guide shall not exceed 4 x 6 maximum and be printed on a synthetic paper that is resistant to water damage and tearing. Government Furnished Information (GFI) will be provided to explain functional features of 3S, standards based instruction listing; task, condition and standards of proper use of each component, temperature prediction guide and background narration of the system function. a. Proposal- The Offeror is required to submit a prototype guide that outlines the format of the guide, the number of manual segments and what each will address and provide an example of the combined illustration and wording for at least one segment to show the effectiveness of the training. b. Draft Approval and Delivery Rate- Once the award is made, the contractor shall have up to 30 days to complete the draft pocket guide for Government approval. The Government shall furnish the contractor a 3S system for 30 days. The Government shall have up to 5 days to identify recommended changes. The contractor shall have up to 5 days to implement requested changes. The contractor has up to 30 days for reproduction, set up and to produce 1,000 of the first deliver order and up to 30 days to produce the balance of the order or up to 35,000 copies per month. The Contractor shall also be able to produce the guide in poster format. The poster size shall be a minimum of 29 x 17 with a maximum of two posters to capture all the pertinent user manual instruction. The Government may request one or more revision to the approved guide after obtaining feedback from Marines. The changes would include clarification of instruction for better understanding or training instruction required if change(s) is made to the system. c. Minimum and Maximum Quantities- The minimum anticipated quantity for this effort is 35,000 Pocket Guides and 50 Posters. The maximum quantity is 250,000 Pocket Guides and 200 Posters. d. Delivery Location- All items shall be delivered FOB Destination. Destination for each delivery to be determined on individual order. All deliveries are CONUS. e. CLIN 0001: Illustrated Pocket User Guide for the USMC Three Season Sleep System per the Statement of Work. f. CLIN 0002: Posters of Illustrated User Guide per the Statement of Work. 5. ADDENDUM to 52.212-1 Instructions to Offerors Commercial Items (SEP 2006) a. PERIOD FOR ACCEPTANCE OF OFFERS: The period for acceptance of offers that were received by the required due date and time is one hundred and twenty (120) days. The Government anticipates making a single award but reserves the right to make multiple or no awards. Contractors are not authorized to make multiple submissions. b. QUESTIONS: Questions concerning this Solicitation should be sent to Mr. Michael Griffin at michael.griffin5@us.army.mil by 10 December 2009. PHONE CALLS WILL NOT BE ACCEPTED c. PROPOSAL DELIVERY INSTRUCTIONS- Proposals in response to this Solicitation shall be sent to the following address and must be received by the Government by the due date of 14 December 2009 @ 4:00 PM (EST). Mr. Michael Griffin U.S. Army RDECOM Contracting Center Natick Contracting Division 1 Kansas Street, Natick, MA 01760 d. PROPOSAL PREPARATION INSTRUCTIONS - All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the proposal and provide adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. Offerors proposal shall comply with the following: i. Outline- A written technical proposal must be submitted. The Offeror is required to submit a prototype guide that outlines the format. The offeror is required to submit information including contact information for similar services performed for other customers. A price proposal is required to be submitted by offeror. ii. Proposals received after the receipt deadline will result in the proposal being deemed unacceptable and therefore will not be evaluated by the government. Also, please carefully read FAR Clause 52.212-1, Instructions to Offerors Commercial Acquisition. iii. Government will evaluate the Offerors capability accordingly. Offerors are advised to ask the contracting officer for clarification of any part of these instructions that they do not understand. iv. CLASSIFIED DATA- No classified data shall appear in the proposal and shall not be submitted electronically. Should an Offeror believe a need exists to provide classified information to support their proposal, separate instructions will be provided for submission of classified information in the solicitation. Contact the Contracting Officer for information on submitting classified data. v. Offerors are limited to submitting complete Three Season System proposals. No partial system offerors will be considered. e. TECHNICAL DATA i. A written proposal shall be provided that does not exceed 10 pages (one sided, single spaced, 12 font) describing the strengths of the approach used by the offeror. ii. Prototype: The technical proposal requires submission of a prototype. The Offeror is required to submit a prototype guide that outlines the format of the guide, the number of manual segments and what each will address and provide an example of the combined illustration and wording for at least one segment to show the effectiveness of the training. f. PAST PERFORMANCE i. Past Performance: Offerors shall submit a list of all Government contracts, which are relevant to the efforts required by this solicitation. Relevant efforts are defined as contracts for efforts involving a deliverable similar in nature to the one required by this solicitation. Data concerning the prime offeror shall be provided first followed by each proposed major subcontractor, in alphabetical order. g. PRICE / COST i. The offeror must submit a complete price proposal for this acquisition, including the Economic Quantity Discount, and shipping charges. ii. Offerors shall submit a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, unless a completed copy of these provisions is available online at ORCA. 6. FAR 52.212-2 EVALUATIONCOMMERCIAL ITEMS (JAN 1999) - a. The Government will award one contract as a result of this solicitation, but reserves the right to award no contracts, if no offers are found to be acceptable for award. The Government intends to award a contract resulting 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 following factors shall be used to evaluate offers: i. Technical capability of offeror to meet the Government requirement; (ii) past performance; (iii) price/cost (see FAR 15.304) 1. Technical and past performance, when combined, is significantly more important when compared to price. b. Options- 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 may 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). c. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. d. All proposals will be evaluated by a team of Government employees using a two-phase process, conducted as follows: i. Factors to be Evaluated: 1. Factor 1 Technical Approach 2. Factor 2 Past Performance 3. Factor 3 Price ii. The relative order of importance of the evaluation factors is as follows: Technical Approach is more important than Past Performance. The non-Price factors combined are significantly more important than the Price factor. Offerors are cautioned that award may not necessarily be made to the lowest price offered. iii. Phase I - The non-price factors will be evaluated to support best-value trade-off process for the two non-price factors. The non-price factors will be assigned an adjective rating, and proposals with an adjective rating of acceptable or be will no be considered for award. The following adjective ratings will be assigned to the offerors technical and past performance portion of the proposal: 1. Excellent -The prototype has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes numerous advantageous characteristics of substance, and essentially no disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the prototype provides strengths which are supported in the written technical proposal. The technical factors are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Essentially no doubt exists that the offeror will successfully perform the required effort based on their past performance record. 2. Good - The technical proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Past performance indicates little doubt that the offeror perform the required effort. 3. Acceptable- The technical proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions are further considered to reflect moderate risk in that they are somewhat clear and precise, partially supported, and demonstrate a general understanding of the requirements. Some doubt exists that the offeror will successfully perform the required effort based on their past performance record. 4. Marginal - The technical proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages are not likely to result in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions are further considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and do not demonstrate a complete understanding of the requirements. Significant doubt exists that the offeror will successfully perform the required effort based on their performance record. 5. Unacceptable - The technical proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous disadvantages of substance, and advantages which, if they exist, are far outweighed by disadvantages. Collectively, the advantages and disadvantages will not result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack any clarity or precision, are unsupported, and do not demonstrate an understanding of the requirement. It is extremely doubtful that the offeror will successfully perform the required effort based on their performance record iv. In Phase II, the Government will evaluate the Price factor of the proposals. Price will be evaluated for reasonableness. Economic Quantity Discount and revised pricing will be taken into consideration in Phase II. Each proposals price factor will be considered in relation to its non-price factors. Offerors are cautioned that award may not necessarily be made to the lowest price offered. 9. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998). 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/farsite_alt.html (End of clause) The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated herein by reference: 52.202-1 -- Definitions 52.203-3 -- Gratuities (Apr 1984) 52.203-6 -- Restrictions on Subcontractor Sales to the Government (Jul 1995) Alternate I (Oct 1995) 52.204-7 -- Central Contractor Registration 52.212-4 -- Contract Terms and Conditions 52.212-5 -- Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION) 52.222-3 -- Convict Labor (Jun 2003) 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Jun 2004) 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) 52.222-54 Employment Eligibility Verification 52.225-1 -- Buy American Act 52.225-13 -- Restrictions on Certain Foreign Purchases (Dec 2003) 52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.247-34 -- FOB Destination 52.252-6 -- Authorized Deviations in Clauses 252.212-7001 -- Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION) 252.225-7002 -- Qualifying Country Sources as Subcontractors 252.225-7012 -- Preference for Certain Domestic Commodities. 252.204-7004 ALT A Central Contractor Registration (Nov 2003) and 252.225-7002 (Apr 2003). 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) 252.225-7001 -- Buy American Act and Balance of Payments Program (Apr 2003) 252.225-7012 -- Preference for Certain Domestic Commodities (June 2004) 252.232-7003 -- Electronic Submission of Payment Requests (Jan 2004) 10. AMENDMENTS Offerors shall acknowledge their receipt and acceptance of the following Amendments when submitting their proposals: Amendment 01 A. ADDITIONAL INFORMATION - Additional for the USMC 3S sleep system can be found on Natick Contracting Divisions web site. This information includes pictures and links to similar systems. This information is only for the proposal prototype, additional information will be furnished to successful offeror. 1) For access to this information please click on the following link: 2) https://www3.natick.army.mil/current.cfm. 3) Click on Solicitation # W911QY10R0012 for access to the information. Amendment 02 A. Responses to Offerors Questions General Questions 1. Are the Illustrations being provided? ANSWER: SEE WEBSITE PHOTOS (Follow instructions in Amendment 01) 2. Are you providing a layout for the pocket guide? ANSWER: NO - WE ARE CONTRACTING FOR A FIRM THAT CAN PROPOSE THE BEST WAY TO TRAIN THE ITEM BASED UPON THE GOVERNMENT FURNISHED INFORMATION. THERE WILL HAVE TO BE GRAPHIC DESIGN AND LAYOUT BASED ON THE STATEMENT OF WORK INCLUDED IN THE SYNONPSIS SOLCITATION. 3. What type of paper is being printed on? ANSWER: THE OFFEROR NEEDS TO PROPOSED WHAT THEY RECOMMEND FOR STOCK GIVEN THEIR UNDERSTANDING OF THE MILITARY USER. 4. How many colors? ANSWER:THE OFFEROR SHALL DETERMINE THE ENTIRE FORMAT THAT WILL EFFECTIVELY TRAIN THE CONCEPTS. 5. Is the Guide self cover or plus cover? ANSWER: THE OFFEROR SHALL DETERMINE THE FORMAT 6. Posters, what size, what type paper, how many colors? ANSWER: THE OFFEROR SHALL RECOMMEND THE POSTER SIZE THAT WILL SHOW EFFECTIVELY TRAIN AND SUITABLE STOCK. 7. Also is there a time line forth coming? ANSWER: FINALIZE PROTOTYPE WITHIN 10 DAYS, 30 DAYS FOR PRODUCTION SET UP AND INITIAL DELIVERY AND MONTHLY DELIVERIES AFTER THAT 8. Does the government have any particular quantities they would like to be priced I. E. 35,000 units, 70,000 units, 100,000 units? ANSWER: IDIQ WITH GUARANTEED MINIMUM AT AWARD AND POSSIBLE DELIVERY ORDERS AFTER THAT TO TOTAL THE MAXIMUM. THE OFFEROR WOULD NEED TO TELL US IF THERE ARE ANY LIMITATIONS OR ECONOMIC CONSIDERATIONS FOR DELIVERY ORDER QUANTITY. 9. Does the Government want shipping prices included in the product price or as a separate CLIN? ANSWER: IDEALLY FOB CONUS DESTINATION. 10. To provide accurate shipping charges rather then worst case TBD CONUS shipping costs could a delivery address be provided at this time? ANSWER: THE MOST COMMON DELIVERY DESINTATIONS ARE CAMP LEJEUNE NC, CAMP PENDLETON CA, QUANTICO VA AND TRACY CA. 11. Do current photos exist along with a narrative? ANSWER: SEE WEBSITE(Follow instructions in Amendment 01). 12. Will we be allowed access to the sleep system for photos and training on its operation? ANSWER: ACCESS TO THE SLEEP SYSTEM WILL NOT BE GRANTED ONLY PICTURES WILL BE PROVIDED FOR PROTOTYPE DEVELOPMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3467555fc344907a41b243a7f4a15094)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02017835-W 20091209/091207234231-3467555fc344907a41b243a7f4a15094 (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.