Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
MODIFICATION

U -- Amendment 01 to Combined Synopsis/Solicitation W911RZ-10-T-0033

Notice Date
12/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-10-T-0033
 
Response Due
12/21/2009
 
Archive Date
2/19/2010
 
Point of Contact
Tim Whitt, 7195263841
 
E-Mail Address
Fort Carson DOC
(tim.whitt@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to: a.Add the evaluation factor Continuity to the provision 52.212-2. b.Incorporate the following statement into the Combined Synopsis/Solicitation: 'The Contractor shall state whether it intends to use more than one instructor, and, if so, the proposal must include a plan of how the Contractor will ensure that the training is consistent among all the sessions.' c.Incorporate into the PWS the following paragraph 6a Continuity: 'The Government's desire is to have maximum consistency throughout all the required training sessions. This includes not only the curriculum, but also the instructor(s).' d.Incorporate questions and answers after the PWS. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 and 13.106, 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. Quotes shall reference solicitation number W911RZ-10-T-0033. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. Fort Carson intends to award a firm-fixed-price contract for tactical weapons training. The North American Industrial Classification System (NAICS) code for this procurement is 611699 with a small business size standard of $7.0 million. This requirement is set-aside 100% for Small Businesses. The Contractor shall propose the following Contract Line Item Numbers (CLINS): 0001 Tactical Weapons Training Tactical Weapons Training in accordance with the Performance Work Statement. Total cost $ ____________ 0002 Contractor Manpower Reporting Contractor Manpower Reporting in accordance with the Performance Work Statement paragraph 7. Total cost $ ____________ Total Quoted Amount $ ________ Local Information ALTERNATE DISPUTES RESOLUTION In furtherance of Federal policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Subparagraph (g) the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable, in accordance with the authority and requirements of the ADR Act. EMERGENCY MEDICAL TREATMENT Emergency medical treatment will be provided by Evans Army Community Hospital in order to prevent undue suffering or loss of life. Emergencies will be treated only during the period of emergency and appropriate action will be taken to discharge or transfer such patients as soon as the emergency period ends. Charges for medical care will be at the prevailing rate and at the Contractor's expense. FIRE PREVENTION The Contractor shall comply with fire prevention practices as set forth by the National Fire Protection Association in the National Fire Code and other recognized fire prevention agencies and post regulations. OPERATION OF PRIVATELY OWNED VEHICLES Contractor employees operating privately owned vehicles on Fort Carson shall be required to comply with all applicable traffic laws, parking restrictions, and restricted area requirements (FC Suppl. No. 1 to AR 190.5) FORT CARSON POST ACCESS The Contractor is required to obtain a vehicle pass in order to access the Post. This can be done at Gate 1 only. Proper state registration (or a rental agreement), proof of insurance, and a valid drivers license are required. Fort Carson military installation is a limited access post with controlled gate openings and closures. Unscheduled gate closures by the Military Police may occur at anytime and all personnel entering or exiting the installation may experience a delay in do so due to vehicle inspections, registrations, wearing of seat belts, etc. Delays resulting from such closures or controls shall not result in price or schedule adjustments for the Contractor absent proof by the Contractor that such closures or controls were unexpected and exceptional. All vehicles and personnel are subject to search and seizure of contraband and/or unauthorized Government property. Contractor vehicles (Contractor-owned and personal), Contractor employees, and their personal property shall be subject to searches upon entering or leaving the Installation. AMC-LEVEL PROTEST PROGRAM (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation Commercial Items) The Government will award a contract resulting from this solicitation to the responsible offeror whose technically acceptable 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: price, past performance and continuity. 52.212-3 (Offeror Representations and Certifications Commercial Items) 52.232-2 (Service of Protest) a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Directorate of Contracting, Fort Carson, CO 80913, ATTN Amy Franklin. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country) Clauses: 52.203-3 (Gratuities) 52.203-6 Alt I (Restrictions on Subcontractor Sales to the Government) 52.204-7 (Central Contractor Registration) 52.212-4 (Contract Terms and Conditions Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items) 52.219-6 (Notice of Total Small Business Set Aside) 52.219-8 (Utilization of Small Business Concerns) 52.219-14 (Limitations on Subcontracting) 52.219-28 (Small Business Representation) 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) 52.222-41 (Service Contract Act of 1965 (Nov 2007)) Department of Labor Wage Determination #05-2079 (Rev. 9) dated 08/04/2009 is incorporated into this award and is available at http://www.wdol.gov/. 52.222-42 (Statement of Equivalent Rates for Federal Hires) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage -- Fringe Benefits 15095 Technical Instructor / Course Developer $46,625 - $60,612 52.222-50 (Combat Trafficking in Persons) 52.223-10 (Waste Reduction Program) 52.223-14 (Toxic Chemical Release Reporting) 52.225-13 (Restrictions on Certain Foreign Purchases) 52.228-5 (Insurance -- Work on a Government Installation) 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) 52.237-2 (Protection of Government Buildings, Equipment, and Vegetation) 52.245-1 (Government Property) 52.252-2 (Clauses Incorporated by Reference) 252.201-7000 (Contracting Officer's Representative) 252.204-7004 Alternate A (Central Contractor Registration) 252.209-7004 (Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.223-7006 (Prohibition on Storage and Disposal of Toxic and Hazardous Materials) 252.225-7001 (Buy American Act and Balance of Payments Program) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.232-7003 (Electronic Submission of Payment Requests) 252.243-7002 (Requests for Equitable Adjustment) 5152.209-4000 (DOD Level I Antiterrorism (AT) Standards (FEB 2009)) To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. PAST PERFORMANCE INFORMATION. The offeror shall provide at least three (3) but no more than five (5) of the most relevant contracts performed for Federal agencies and commercial customers within three (3) years from the date of receipt of proposals. Relevant contracts include those where the offeror performed services of a similar scope, magnitude, and complexity as those required under this solicitation. Contracts that provide all aspects of the services required by this solicitation will be considered more relevant than those contracts for only portions of the services required. Also, more recent contracts will be considered more relevant than older ones. The evaluation of past performance will take into account information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the acquisition. In addition, the Government may use past performance information obtained from other than the sources identified by the offeror. Past performance information is limited to no more than two (2) pages per contract listed. Information submitted should contain at least the following for each contract/reference: - Contract number. - Period of Performance. - Contract Type (i.e., fixed price, time and materials, etc.) - Indicating whether government or commercial contract and the dollar amount. - Include a summary description of any subcontractor and the scope of involvement. - Contracting agency, including name and telephone number of contract administrator, buyer or Contracting Officer. - Type of service provided and number of facilities serviced. An offeror without a record of relevant past performance or whom information on past performance is not available will not be evaluated positive or negative on past performance. If the offeror has no record of past performance, but is otherwise determined responsible, they will be rated neutral. All responses shall include a technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. At a minimum this includes a training schedule, lesson plans, and a copy of any printed course materials as well as any other documents, as necessary to determine technical acceptability. The Contractor shall state whether it intends to use more than one instructor, and, if so, the proposal must include a plan of how the Contractor will ensure that the training is consistent among all the sessions. Questions concerning this solicitation shall be addressed to Timothy Whitt, Contract Specialist, and e-mailed to tim.whitt@us.army.mil. All questions or inquires must be submitted in writing no later than 2:00 p.m. Mountain Time on 11 December 2009. No phone calls will be accepted. All amendments to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 2:00 p.m. Mountain Time on 21 December 2009. Quotes may be e-mailed to tim.whitt@us.army.mil. An official authorized to bind the company must sign the quote. All solicitation amendments shall be acknowledged in the Contractors quote. Performance Work Statement (PWS) Shooting Clinic Fort Carson, CO 1. Training Dates: 25 days, 18 January through 19 February 2009 2. Training Location: Training shall be conducted at ranges on Fort Carson, CO 3. Number of Personnel to be Trained: 40 Soldiers per week for five weeks (200 total) 4. Scope of Work: Training shall include the following: Marksmanship proficiency in tactical use of the M4, M9 and M16. The training shall focus on proper techniques and procedures for shooting in a variety of situations to include: shooting on the move, stationary placement, target acquisition, and aiming at targets around obstacles. Marksmanship fundamentals such as: proper gripping techniques, stances, and breathing fundamentals. The intent of this training is to train the trainer with senior NCOs and officers and provide them the skills to replicate their skills down to their soldiers. a. The Contractor shall be responsible for providing all necessary course lesson plans, training aids, student handouts/guides, and training evaluation tools. The contractor shall provide a qualified lead instructor as described in paragraph 6 below. The contractor shall select assistant instructors from the military based upon the lead instructors observation of which soldier is capable of performing those duties. The military will provide one assistant instructor for every 8 students. b.The training shall include two night training sessions and three day training sessions each week. Day sessions shall be held 09:00 -14:00 hrs and night training shall be held 18:00 - 20:00 hrs. The training shall take place Monday through Friday of each week. There will be 40 soldiers that attend each week. The curriculum shall be the same each week. c.The training shall focus on the following objectives: i.Proper Stance, Balance and Grip - instruct soldiers on the proper stance for firing, shifting body weight in getting correct sight and target acquisition. ii.Reflexive Fire Drills - improve and test the soldiers speed on how quickly it takes the soldier to go from a neutral position to aiming at the target. iii.Target Acquisition Drills - instruct soldiers on how to engage moving targets, targets behind obstacles, stationary targets, and engagement of targets at a variety of distances. iv.Dry Fire Exercises - includes getting soldiers familiar with engagement techniques and speed events using unloaded weapons. Dry fire exercises are intended to give the soldier practice and enhance skills that eventually will be used and demonstrated in the live fire exercises. v.Live Fire Exercises all exercises performed during dry fire shall then be performed with live fire. vi.Field Maintenance Techniques - shall include proper maintenance of weapons in the field, long term and short term care of weapons and ammo. vii.Carbine Setup demonstrate the various ways of setting the equipment configuration where the soldier is comfortable in accessing the weapon, how to wear the sling, and where to place the weapon on Improved Outer Tactical Vest (IOTV) for ease of use and quick access. d.All training will be conducted on a flat range. There shall be timed events that the instructor shall put in the curriculum to challenge the soldiers and to measure abilities and progress. Timed events shall include: magazine changes, transitioning to different weapons, and appropriate stress test set by the instructor to see how soldiers engage targets in a timed format. The soldier will be given 60-90 seconds to engage set targets, change magazines, and transition from M4 to M9 on the move. 5. Government Provided Equipment - weapons, ammunition, obstacles, targets, safeties (1-per 8 soldiers) and an armorer to repair weapons. The contractor shall include in their proposal what type of target or obstacle is needed or desired for their training. 6. Contractor Qualifications: The instructor shall have at least five years of experience in teaching urban combat training and tactical shooting with the military or federal law enforcement. The contractor shall have this experience within the last three years to ensure that methods and teaching tools are current. a. Continuity. The Government's desire is to have maximum consistency throughout all the required training sessions. This includes not only the curriculum, but also the instructor(s). 7. Contractor Manpower Reporting - the Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Q. Is training to be held aboard Ft. Carson, on their ranges? A. Yes, all training will be held aboard Ft. Carson ranges. ____________ Q. Is it an indoor or outdoor range? A. Outdoor. _______ Q. How many students per session? A. There will be 40 students per session. ____________ Q. What weapon systems are to be covered? A. The weapon systems to be covered are the M4, M9, and M16. ____________ Q. What are the projected course dates? A. The projected course dates are Monday through Friday 18 January through 19 February 2009. ____________ Q. Will the Army be providing weapons and ammunition to each soldier? A. Yes. ____________ Q. Has the Government designated or determined the anticipated round count per student or should estimated ammunition requirements be incorporated into the proposal? A. Ammunition requirements should be incorporated into the proposal. ____________ Q. Will the soldiers carbines be zeroed prior to the training, or will this need to be incorporated into the lesson plan? A. Yes ____________ Q. Is their a contractual requirement for the contractor to provide any assistant instructors, or will all assistant instructors be selected by the contractor from the pool of Soldiers trained? A. The contractor shall select assistant instructors from the pool of Soldiers trained. ____________ Q. How will the assistant military instructors be selected for the first iteration as there will be no way of making an informed evaluation and will the assistant instructors remain the same for all 25 days of training? A. The instructor will select assistant instructors by evaluation measures determined by the contractor. The assistant instructors will change on weekly bases. ____________ Q. Are we to assume that the safeties provided in para 5 are the same as the Assistant Instructors in para 4.a and these soldiers are not part of the class? A. No, safeties provided by the Government will not be utilized as assistant instructors or be counted as students in the class. ____________ Q. During the night training will the soldiers utilize night optics, or will the focus be on low light, flashlights etc, or a combination of all three? A. Yes, the Soldier will train with night optics. ____________ Q. What type of holster will the soldiers utilize during this training thigh, hip, vest rig etc? A. Military issue for the M9 and for the carbine will utilize combat sling ____________ Q. Can the contractor use more than 1 qualified primary instructor for the different weeks of training if the curriculum is the same and the qualifications of section 6 are met by all parties? Will it be acceptable to provide one instructor every week for marksmanship and a different instructor every week for tactical/speed? A. Yes, while multiple instructors are acceptable, it is desirable to the Government to have one instructor for the purpose of continuity of instruction. If a Contractors solution is to utilize more than one instructor, the Contractor shall assure the Government that all requirements will be fulfilled by providing a plan to maintain consistent training. The continuity of proposals shall be evaluated based on either the use of a single instructor or the plan to maintain consistent training with multiple instructors. ____________ Q. Will the government provide all other necessary personnel for the training? A. Yes ____________ Q. Does the Instructor need any Ft Carson specific certifications to run ranges or is the government providing the applicable RSO and support staff? A. Gov/military will be responsible for setting up ranges. ____________ Q. Does the training need to be conducted MON-FRI or can the day and night sessions be held on the same day. For example, is allowable to combine the day/night sessions on Tuesday and Wednesday and conclude the training on the Wednesday of each week instead of using the allotted 5 days per week to train the 40 personnel. A. Yes, the training needs to be scheduled for days Mon-Fri. The times can be adjusted but must meet the intent that some form of night training will be conducted. Once on the ground, time tables can be adjusted but no additional requirements will be added by either party. ____________ Q. How is the contract going to evaluated? A. The Government shall evaluate proposals based on price and past performance. ____________ Q. The PWS stated that this is a 'train the trainer' course. Therefore, will the contractor be providing instructor to Army Instructors or a combination of Instructors and Non-Training oriented personnel, i.e. Operational personnel from units such as, but not limited to: 4ID 1st BCT, 759th MP Battalion, etc? A. The selection of the personnel will be determined by the BDE S3. The level of training should focus on teaching senior personnel that have weapon experience and handling. ____________ Q. Is housing available for the contractor on Ft. Carson or will the government going to reimburse for the lodging, per diem, and rental car expenses or does it need to be included in the proposal? A. Housing is not available to the contractor on Ft. Carson. Travel expenses must be included in the proposal. ____________ Q. Is there a Statement of Work? A. Yes, the Statement of Work can be found in attachment Combined Synopsis/Solicitation and PWS listed under Additional Information on FedBizOpps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/93d25fca6dd2ac61f4cbb5cbcde12c14)
 
Place of Performance
Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02026206-W 20091219/091217234645-93d25fca6dd2ac61f4cbb5cbcde12c14 (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.