Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

R -- CONTROL STATION SIMULATOR (ECS2) INSTRUCTOR AND MAINTAINER

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Fort Sill DOC, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L10T0149
 
Response Due
8/20/2010
 
Archive Date
10/19/2010
 
Point of Contact
DEIDRA ZERZAVY, 580-442-5204
 
E-Mail Address
Fort Sill DOC
(deidra.zerzavy@conus.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. ACTION CODE: Combined Synopsis/Solicitation Notice CLASS CODE: R419 NAICS CODE: 611430 SUBJECT: Control Station Simulator (ECS2) Instructor and Maintainer SOLICITATION NUMBER: W9124L-10-T-0149 SET-ASIDE CODE: Total Small Business QUESTIONS DUE: 10 August 2010 @ 12:00 PM CDST CLOSING DATE: 20 August 2010 @ 4:00 PM CDST PLACE OF PERFORMANCE: The primary place of performance will be the Avenger/Stinger GIF, Building 2765, Fort Sill, Oklahoma. POINT OF CONTACT: Deidra Zerzavy, Contract Specialist, PH: 580-442-5204 or e-mail deidra.zerzavy@us.army.mil. (A.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, 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. (B.) This Solicitation W9124L-10-T-0149 is a Request for Quote (RFQ) for Engagement Control Station Simulator (ECS2) Instructor and Maintainer is in accordance with the Governments requirement. (C.) VENDOR MUST PROVIDE THE FOLLOWING INFORMATION: *Company Name/Address: *DUNS #: *Cage Code: *Federal Tax ID: *Business Size: *Business Type: ____________(Minority/Woman-Owned/Disadvantaged/Veteran-Owned, etc.) *Delivery Date: days After Receipt of Order (ARO) *Point of Contact: *POC Phone/Fax/E-mail: *Total amount of Bid: $_____________ Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications- Commercial Items, or pursuant to FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. PAYMENT WILL BE MADE BY WIDE AREA WORK FLOW (WAWF). QUOTE SHOULD REFLECT FOB: DESTINATION PROPOSALS SHALL BE SUBMITTED WITH SPECIFICATIONS OF THE SERVICES THAT YOU WILL BE PROVIDING. (D.) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-42, Effective 16 July 2010. (E.) This requirement is solicited as total 100% small business set-aside. The associated NAICS code is 611430 and size standard is 500 employees. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. (F.) BID SCHEDULE: CLIN 0001: Quantity: One (1), Unit: Each. Base Year- Instructor and Maintainer ECS2. Senior Software Analyst/Instructor/Maintainer. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ Total Price: ______________ CLIN 0002: Quantity: One (1), Unit: Each. Base Year- Instructor and Maintainer ECS2. Software Analyst/Instructor/Maintainer. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ Total Price: ______________ CLIN 0003: Quantity: One (1), Unit: Each. Base Year- Repair Parts, Consumables and Supplies for ECS2. See the Performance Work Statement (PWS) below for further details. Not to Exceed $100,000.00. Unit Price: _______________ Total Price: __$100,000.00____ CLIN 0004: Base Year- Contract Manpower Report due 31 October 2010. Unit Price: _______________ Total Price: ______________ CLIN 1000: Quantity: One (1), Unit: Each. Option Year #1- Instructor and Maintainer ECS2. Senior Software Analyst/Instructor/Maintainer. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ Total Price: ______________ CLIN 1001: Quantity: One (1), Unit: Each. Option Year #1- Instructor and Maintainer ECS2. Software Analyst/Instructor/Maintainer. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ Total Price: ______________ CLIN 1002: Quantity: One (1), Unit: Each. Option Year #1- Repair Parts, Consumables and Supplies for ECS2. See the Performance Work Statement (PWS) below for further details. Not to exceed $50,000.00. Unit Price: _______________ Total Price: __$50,000.00______ CLIN 1003: Option Year #1- Contract Manpower Report due 31 October 2011. Unit Price: _______________ Total Price: ______________ CLIN 2000: Quantity: One (1), Unit: Each. Option Year #2- Instructor and Maintainer ECS2. Senior Software Analyst/Instructor/Maintainer. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ Total Price: ______________ CLIN 2001: Quantity: One (1), Unit: Each. Option Year #2- Instructor and Maintainer ECS2. Software Analyst/Instructor/Maintainer. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ Total Price: ______________ CLIN 2002: Quantity: One (1), Unit: Each. Option Year #2- Repair Parts, Consumables and Supplies for ECS2. See the Performance Work Statement (PWS) below for further details. Not to exceed $50,000.00. Unit Price: _______________ Total Price: __$50,000.00______ CLIN 2003: Option Year #2- Contract Manpower Report due 31 October 2012. Unit Price: _______________ Total Price: ______________ CLIN 3000: Quantity: One (1), Unit: Each. Option Year #3- Instructor and Maintainer ECS2. Senior Software Analyst/Instructor/Maintainer. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ Total Price: ______________ CLIN 3001: Quantity: One (1), Unit: Each. Option Year #3- Instructor and Maintainer ECS2. Software Analyst/Instructor/Maintainer. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ Total Price: ______________ CLIN 3002: Quantity: One (1), Unit: Each. Option Year #3- Repair Parts, Consumables and Supplies for ECS2. See the Performance Work Statement (PWS) below for further details. Not to exceed $50,000.00. Unit Price: _______________ Total Price: __$50,000.00______ CLIN 3003: Option Year #3- Contract Manpower Report due 31 October 2013. Unit Price: _______________ Total Price: ______________ CLIN 4000: Quantity: One (1), Unit: Each. Option Year #4- Instructor and Maintainer ECS2. Senior Software Analyst/Instructor/Maintainer. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ Total Price: ______________ CLIN 4001: Quantity: One (1), Unit: Each. Option Year #4- Instructor and Maintainer ECS2. Software Analyst/Instructor/Maintainer. See the Performance Work Statement (PWS) below for further details. Unit Price: _______________ Total Price: ______________ CLIN 4002: Quantity: One (1), Unit: Each. Option Year #4- Repair Parts, Consumables and Supplies for ECS2. See the Performance Work Statement (PWS) below for further details. Not to exceed $50,000.00. Unit Price: _______________ Total Price: __$50,000.00______ CLIN 4003: Option Year #4- Contract Manpower Report due 31 October 2014. Unit Price: _______________ Total Price: ______________ CLIN 4004: Option Year #4- Contract Manpower Report due 31 October 2015. Unit Price: _______________ Total Price: ______________ TOTAL BID AMOUNT FOR THIS REQUIREMENT: $________________ (G.) PERFORMANCE WORK STATEMENT Engagement Control Station Simulator (ECS2) Instructor and Maintainer 1. INTRODUCTION. 1.1. ORGANIZATION: U.S. Army Fires Center of Excellence and Fort Sill (USAFCOEFS) Fort Sill, OK 73503-5600. 1.2. BACKGROUND. This contract is for two personnel to provide Instruction, and Maintenance support for the Engagement Control Station Simulator (ECS2) for Officer and Enlisted instruction in various government provided Patriot POIs (Program of Instruction). The POI provides a general description of course content, duration of instruction, and methods of instruction and techniques for delivery for a particular version of a course. Lack of instructors will degrade existing resources and capabilities. The instructors will result in providing the operating force skilled Lieutenants and Enlisted Soldiers which otherwise would not be available. The experience/background required dictates mid-level, instructors, subject matter experts, and mentors. 1.3. PERIOD OF PERFORMANCE. The Period of Performance for this task is one base year, and four option years. The first class will tentatively begin 1 October 2010. 1.4. PLACE OF PERFORMANCE: The primary place of performance will be the Avenger/Stinger GIF, Building 2765, Fort Sill, Oklahoma. 1.5. ADMINISTRATIVE CONSIDERATIONS. 1.5.1. Work Schedule. Work Schedule. The hours of 0800 to 1700 are the projected normal hours operating over a standard five-day period, excluding Government Holidays. However, Contractor personnel work schedules may be adjusted to provide support on weekends and extended duty periods during regular training and exercises. The Contractor shall use this adjustment to preclude to the maximum extent the need for overtime. 1.5.2. Overtime. Overtime is not anticipated. However, if overtime hours will be required due to government directed changes it shall be approved by the Contracting Officer prior to performance or they will not be reimbursed. Prior coordination with the Government Appointed Contracting Officers Representative (COR) is required. 1.5.3. Clearances. All Contractor personnel assigned to this contract shall be a U.S. citizen. 1.5.4. The Contractor shall ensure that all assigned personal understand applicable security policies and directives. Personnel who knowingly violate security policies or directives shall be dismissed. 1.6. All Electronic and Information Technology (EIT) procured through this task shall meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://access-board.gov/sec508/508standards.htm. 1.7. All Contractor employees shall complete the Defense Information System Agency (DISA) training. 2. SCOPE OF WORK. The Contractor shall provide Instruction and Maintenance support. Instruction will be limited to Instructors and Government students. The Contractor shall keep current with regard to the knowledge required to remain proficient in Engagement Control Station (ECS) operations. The contractor shall teach from Government lesson plans. To that end, the Contractor shall perform the following tasks: 2.1. Patriot Engagement Control Station Instructors 2.1.1. The Contractor shall provide candidates to instruct Patriot Students in the total operation of an ECS and tactics at both Man station one and Man station three. It is the Contractors responsibility to provide trained personnel with the correct skill sets and experience to provide the services, however the Government anticipates that the Contractor shall provide candidates with minimum education as follows: a Bachelors degree from an accredited college or university; graduate of the C20B ADA Basic Officer Leader- Branch or C22 ADA Captains Career Course. Resumes shall be submitted with the contractor proposal. Substitution of Key Personnel: All Contractor requests for approval of substitutions hereunder shall be submitted in writing to the COR and the Contracting Officer at least twenty-five (25) calendar days in advance of the effective date, whenever possible, and shall provide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume for the proposed substitute, and any other information requested by the Contracting Officer necessary to approve or disapprove the proposed substitution. An interview may also be requested. The COR and the Contracting Officer will evaluate such requests and promptly notify the Contractor of approval or disapproval in writing. 2.1.2 The Contractor shall provide candidates to instruct, evaluate and provide mentorship to Government students. Prior to teaching, the contractor shall be certified by the Officer Instructor Group which includes completing the Army Basic Instructor Course. The Contractor shall provide instructors who are Subject Matter Experts (SMEs) on the ECS2 who can communicate effectively with students. The Contractor shall tailor individual training sessions to create situations requiring the student to perform techniques in areas of weakness. The Contractor shall determine the approach to use in instruction following a set of Government provided POI and lesson plans. The Contractor shall also perform training activities, mentorship, instruction methods, and initial evaluations for newly assigned Contractor instructors. 2.2 Maintenance Support 2.2.1. The Contractor shall provide first and second echelon maintenance to ensure the ECS2 is available for training. This may include system troubleshooting and repair and include warranty-like repair/replace of all equipment i.e. replacing projectors, projector lamp bulbs, monitors, switches, CPUs and software. 2.2.2. The Contractor shall instruct all classes with Soldier support. Soldier support will be as AIs or PIs and serve as ECS SMEs. Contractors shall provide employees with minimum education and Army Training experience as follows: graduate of the C20B ADA Basic Officer Leader- Branch or C22 ADA Captains Career Course. Resumes shall be submitted with contractor proposal. 2.2.3. Cost of all repair parts in support of the ECS2 shall be maintained through a not to exceed 100k dollar fund for COTS equipment. For the base year, then a not to exceed amount of 50k for each option year. All parts purchased must be authorized by the COR. 2.3.4. The Contractor shall instruct, evaluate and provide mentorship to students. The contractor shall be certified by the Officer Instructor Group prior to teaching which includes completing the Army Basic Instructor Course. The Contractor shall provide primary instructors who are Subject Matter Expert (SMEs) who can communicate effectively with students and clearly demonstrate the duties in fire support. The Contractor shall maintain competence on current fire support systems, which requires continual self-education on emerging technological advances in equipment, weapons systems, and TTPs. The Contractor shall determine the approach to use in instruction following a set of Government provided POI and lesson plans. The Contractor shall also perform training activities, mentorship, instruction methods, and initial evaluations for newly assigned Contractor instructors. 3. SCHEDULE AND GOVERNMENT REVIEW. 3.1. An initial meeting will be conducted between the Contractor and the Government within 14 calendar days of Contract award date. The Contracting Officer (KO) will notify the Contractor at least 24 hours in advance. The meeting will be conducted at the Directorate of Contracting, 1803 Macomb Road, Fort Sill, Oklahoma. 3.2. In-Process-Reviews (IPRs) will be held monthly thereafter at a specific time and location to be determined by the COR. The Government will notify the Contractor of the specific time and location in writing at least 24 hours in advance The IPRs will include certification process and certification status of instructors. The IPRs will include any recommendations to the Government from the Contractor. 3.3. Deliverables: Deliverables shall be in the form of reports, briefings, courseware, IPRs and any other format appropriate to the specific initiative and as identified by the Government. The Contractor shall be responsible for delivering all items specified to the COR. The following deliverables shall be submitted by the Contractor: TITLE FREQUENCY DUE DATE Employee Listing One Time Within 15 days of award In-Process Review generated Reports As generated TBD Certification status of instructors Monthly 1st business day of every month Student Critiques During the course as requested Within 2 business days of course completion 4. TRAVEL. Travel is not required. 5. GOVERNMENT FURNISHED RESOURCES AND OTHER CONSIDERATIONS. 5.1. The Government will provide office space if available at the place of performance, which includes office supplies, telephone service, desks, system access, and storage space at the place of performance. All Government-furnished property will be provided in accordance with FAR 52.245-5. The Government property will be used only in performance of this task. 5.2. The Government will provide the contractor access to unclassified documents and information, studies, reports, databases, and other documents determined by the Government. 5.3. Government-furnished property listing. CPU and monitor 1 each Automation equipment ModelSerial #Acquire DateAcquire Cost This equipment listing shall be provided after contract award. Equipment is not yet on hand but shall include one computer system. 6. ORGANIZATIONAL CONFLICT OF INTEREST. The Contractor will receive no privileged, proprietary, or otherwise sensitive information without the Governments knowledge and without both the Government and Contractor implementing appropriate safeguards or agreements thereon. Contractors will not divulge any information accessed and obtained during the course of performing this task to other Contractor staff or anyone outside the Government. Specifically, in addition to any organizational conflict of interest provision, contractor employees assigned to this project will be required, prior to contract start date, to sign the following Non-Disclosure Agreement (NDA) agreeing not to share any information or data with other contractor personnel not assigned to the project or, if assigned to the project, who has not signed an NDA. The signed NDAs will be furnished to the Contracting Officer (KO) and Contracting Officer Representative (COR) prior to contract performance. The company will include with its submission of the Request for Proposal (RFQ), its plan to firewall these employees and enforce this provision (i.e., internal controls, training, etc.). Failure to adhere to these NDA safeguards may result in termination of this task. Final authorship and copyright (if required) of any deliverable will be with the Government. The Contractor cannot gain any unfair advantage. The Contractor shall identify any organizational conflict of interest clauses they or their subcontractors are subject to, current or within three years of federal government contract services, by providing, with their offer, a copy of the clause, a description of the contract services performed, a contract number, a governmental point of contact, and a phone number for that point of contact. This agreement is to be signed by all contractor employees who in the course of performing contract work for Fires Center of Excellence (FCOE) may be disclosed, or have access to, Protected Information and Computer Software as defined below. I, ________________________________________, the employee of ___________________________________________________________understand in the course of my work for the FCOE under various contracts that Protected Information and computer software may be disclosed to me and I may otherwise have access to such items on FCOE information technology networks or in FCOE workspaces. I agree to abide by all terms and obligations contained in this agreement regarding the protection of such items. 1. Definition. a. Unless specifically excluded by paragraph 1.c, Protected information and computer software means all information and computer software regardless of its form that in the course of performing work for the FCOE under various contracts is disclosed orally, in writing or in any other media to me, or to which I am otherwise given access to, by (i) FCOE, (ii) other government agencies, (iii) foreign governments or (iv) other contractors while directly supporting FCOE, which is accompanied by written legends identifying use or disclosure restrictions or disclosed under circumstances that I know are subject to use or disclosure restrictions established in writing by the Government. b. Protected Information and Computer Software includes by way of illustration, but is not limited to: (i) data marked Limited Distribution (LIMDIS); (ii) information marked For Official Use Only (FOUO), (iii) personnel data protected by the Privacy Act; (iv) data, information and material (including software documentation and computer databases) of a technical, scientific, or government pre deliberative nature; (v) contractor proposals, acquisition plans, government cost estimates, draft statements of work, source selection plans, and evaluations of contractor proposals; (vi) financial and management data used for contract award or administration purposes; (vii) test reports; (viii) government requirements documents; (ix) financial statements and reports; (x) manpower reports; (xi) planning, cost and program development documents, resource forecasts, Program Objective Memorandums (POM), Program Budget Submissions, Congressional Justification Books, Presidents Budget Submissions, Program Budget Decisions (PBD), and Five Year Plans; and (xii) computer programs, source code, source code listings, object code listings, design details, algorithms, processes, flow charts, formulae, and related material that would enable the software to be reproduced, recreated, or recompiled. c. Protected Information and Computer Software does not include information that: (1) Has fallen into the public domain by operation of law or through no action of the undersigned in breach of this agreement or any other party in breach of any other obligation of confidentiality owing to the Government or the owner of the protected information or computer software; (2) Has been lawfully obtained by the recipient outside the course of the performance of a government contract; (3) Has been properly licensed or provided directly by the owner (or other authorized source) of the information or computer software to the recipient to the extent so licensed or provided; (4) Is owned by the recipient or was developed independently of the disclosure hereunder; (5) Has been used or disclosed by the recipient in response to an order of a court or administrative body of competent jurisdiction to the extent permitted by that authority; or (6) Has been disclosed to the recipient by the Government who has explicitly authorized the recipient to use or disclose the information for another purpose, to the extent so authorized. 2. Use and Disclosure Obligations. I will use and disclose Protected Information and Computer Software only as necessary for the performance of the requirements of the underlying contract(s) under which the information or computer software is furnished. I understand Protected Information and Computer Software may not be used or disclosed for any other purpose, including bid or proposal preparation or business marketing, without the written approval of the cognizant government contracting officer. I will comply with all restrictions set forth in any legends, licenses or instructions provided to me or accompanying the Protected Information or Computer Software or other written directives of my employer or the Government known to me. The use and disclosure obligations imposed by this paragraph shall expire as follows: a. There shall be no expiration date for the following Protected Information and Computer Software, (i) technical data or computer software containing Limited Rights, Restricted Rights, Government Purpose Rights, Special License Rights, or Unlimited Rights legends; (ii) information or software marked Limited Distribution (LIMDIS); (iii) information or software marked Source Selection Information; (iv) contract proposal information marked pursuant to FAR 52.215-1(c) limiting its use for proposal evaluation purposes only; (v) information and computer software marked Contractor Proprietary or with a similar legend; (vi) data known by me to be protected by the Privacy Act; and (vii) information marked For Official Use Only (FOUO). b. For other information or software accompanied at time of disclosure by a written legend identifying use or disclosure restriction time periods, the expiration date shall be as stated in or derived from the legend. c. For all other Protected Information and Computer Software, the expiration date shall be 3 years from the date the information or software is first disclosed to me. 3. Unauthorized Use or Disclosures. I will immediately notify my employer of the circumstances of any unauthorized use or disclosures known to me of Protected Information and Computer Software in violation of the obligations contained in this agreement. 4. Disposition. At the termination of my employment or when I no longer perform contract work for FCOE, I agree to immediately return (or destroy if directed by my employer) all Protected Information and Computer Software in my possession. Furthermore, if I am dedicated to support a specific FCOE Office or Directorate or FCOE program and am reassigned to support another FCOE Office or Directorate or FCOE program, I will immediately return (or destroy if directed by my employer) all Protected Information or Computer Software in my possession previously furnished by the prior FCOE Office or Directorate or FCOE program. 5. Duration. The above obligations imposed by this agreement shall survive termination of my employment or the expiration or termination of the underlying contract(s) under which the protected information or computer software was furnished to me. 6. Classified Information. This agreement is in addition to and in no manner abrogates requirements, obligations or remedies regarding the protection of classified information and does not supersede the requirements of any laws, regulations, other directives or nondisclosure agreements regarding classified information. 7. Other Restrictions. This agreement does not abrogate any other obligations currently placed upon me or which may be imposed upon me in the future by my employer, FCOE or other entities; or remedies afforded those entities regarding those obligations. 8. Provided. I acknowledge I have been provided a copy of this agreement. ____________________________________ Signature ___________________ Date 7. Non-personal Services. The Government and the Contractor understand and agree that the work described in this contract is a Non-personal Services Contract as defined in FAR Part 37.101. Therefore, it is further understood and agreed that the Contractor and/or the Contractor's employees: 1) Shall perform the services described herein as independent contractors, not as employees of the Government. 2) Shall NOT be placed in a position where they areunder the supervision, direction or evaluation of a federal employee, military or civilian, but shall, pursuant to the Government's right to inspect, accept or reject work, comply with such general direction of the Contracting Officer or the duly appointed representative of the Contracting Officer as is necessary to ensure completion of the contract objectives. 3) Shall NOT be placed in a position of command, supervision administration or control over DA military civilian personnel or personnel of other contractors, or become part of the Government organization. 4) Further as this contract does not create an employer-employee relationship, the entitlements and benefits applicable to such relationships doNOT apply. Such include, but are not limited to, federal income tax withholding, FederalInsurance Contributions Act (FICA), unemployment compensationand workman's compensation benefits by virtue of this contract. (End of Performance Work Statement) (H.) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, FAR 52.204-7 Central Contractor Registration, FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.228-5 Work on a Gov Installation, FAR 52.247-34 FOB Destination, DFAR 252.201-7000 Contracting Officers Representative, DFAR 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, DFAR 252.204-7003 Control of Government Personnel Work Product, DFAR 252.204-7004 ALT A Required Central Contractor Registration, DFAR 252.211-7003 Alt 1 Item Identification and Valuation, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFAR 252.209-7004 Sub with Firms that are Owned or Controlled by the Gov of a Terrorist Country, and DFAR 252.232-7010 Levies on Contract Payments. (I.) The following clauses in FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are clause is applicable to this acquisition:. The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-25, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-13, 52.232-33, 52.222-41, 52.222-42, and 52.222-43. FAR 52.217-8 OPTION TO EXTEND SERVICES. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only toprice the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, six (6) months. (End of clause) (J.) The following clause is in incorporated with websites: FAR 52.252-2 Clauses Incorporated by Reference. For further information please go to the associated website: http://farsite.hill.af.mil. (K.) The following DFARS clauses apply to this acquisition in full text: 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-3, 252.203-7000, 252.205-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002. DFARS 252.227-7020 Rights in Special Work is incorporated by full text. (L.) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-- Commercial Items, FAR 52.217-5 Evaluation of Options. DFAR 252.209-7001, DFAR 252.212-7000, and DFAR 252.225-7031. (M.) The following provisions apply to this acquisition and are incorporated by full text: FAR 52.212-3 Offeror Representations and CertificationsCommercial Items, and FAR 52.252-1 Solicitation Provisions IBR. FAR 52.212-3 shall be completed by the contractor, and included in the proposal submission. (Or ORCA) AMC AGENCY LEVEL PROTEST PROCEDURES 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 General Accounting 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 33.103. 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 Materiel 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 Materiel Command Office of Command counsel Room 2-1 SE3401 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. (End of Provision) DOD Level 1 Antiterrorism (AT) Standards (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: 1.) PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. 2.) FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. 3.) APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof at Attachment 1.) Wage Determination No Date 1995-2525 (Rev 11) 6/15/2010 4.) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASS MONETARY WAGE-FRINGE BENEFITS* Instructor 19.58 -- 36.25% 5.) CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. 6.) CHANGES: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. 7.) SUBMISSION FORMAT FOR INVOICES SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1.NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (2-in-1) type. DO NOT USE: The Fast Pay Option Use the following DoDAACs when providing invoices and receiving reports. Administered By:W9124L Payment Official:HQ0302 Issued By: W9124L Ship To:W90W8D Acceptance By: W90W8D NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: TO BE PROVIDED ACCEPTOR EMAIL:TO BE PROVIDED SPECIALIST EMAIL:deidra.zerzavy@us.army.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. 8.) CONDUCT OF EMPLOYEES: The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. 9.) CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Deidra Zerzavy at email deidra.zerzavy@us.army.mil and Karen L. Warner at email karen.l.warner@us.army.mil. Clarifications and/or questions are due by 12:00 p.m. on 10 August 2010. Sufficient time should be allowed for a reply to reach offerors before submission of their offers. No phone calls email only. Oral explanations will not be binding. 10.) COMMERCIAL ITEM ACQUISITION PROCEDURES: This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. 11.) INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt by the exact time specified in the RFP, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the RFP on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. 12.) NOTICE OF AWARD 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 offers 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. 13.) Work Force: The successful bidder shall not hire persons not legally residing in the United States of America. 14.) BASIS OF AWARD The Government intends to award this requirement without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quote/proposal should contain the offeror's best terms from a technical standpoint and cost or price. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary (FAR 52.215-1, Alt 1 applies). 15.) EVALUATION AND AWARD The evaluation factors that will be used in the review of quote/proposals received in response to this RFQ are as follows: 1. Technical/Management: Provide your technical approach to satisfying the requirements of the PWS. Discuss the unique aspects of the requirement (to include specific sections of the PWS), as applicable, and your approach to satisfying these requirements. 2. Past Performance: The Contractor shall provide evidence of past performance in the task areas identified in the PWS that demonstrates qualification to perform this type of support. 3. Cost/Price: Complete the proposed CLIN structure/schedule provided herein. Provide fixed indirect rates that are applicable to the Material CLINs. Explain the basis for the rate(s) proposed. ** When combined, Technical/Management and Past Performance are slightly more important than Cost/Price. Resumes Required: Discuss the qualifications of proposed personnel. The qualifications submitted shall address at a minimum, education, professional experience, specific experience, professional awards and other relevant activities and achievements. NOTE: Department of Labor Wage Determination 1995-2525 is provided as a separate attachment to solicitation documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e33f6a0b048d3c3004ad6ba9e81f7443)
 
Place of Performance
Address: Fort Sill DOC Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02230519-W 20100807/100805235652-e33f6a0b048d3c3004ad6ba9e81f7443 (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.