Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2011 FBO #3403
SOLICITATION NOTICE

U -- PROSPECT COURSE-282: Slope Stability Analysis

Notice Date
3/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-11-R-0013
 
Response Due
3/30/2011
 
Archive Date
5/29/2011
 
Point of Contact
Shirley Burke-Mitchell, 256-895-1292
 
E-Mail Address
USACE HNC, Huntsville
(shirley.a.burke-mitchell@usace.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The associated North American Industrial Classification System (NAICS) code for this procurement is 611430. Standard Industrial Classification (SIC) U009. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. The U.S. Army Engineering and Support Center, Huntsville, has a requirement for classroom instructions in Slope Stability Analysis based upon USACE Engineering Manual (EM) 1110-2-1902 at http://140.194.76.129/publications/eng-manuals/em1110-2-1902/entire.pdf. All The following attachments are available for download at this FTP site ftp.usace.army.mil/pub/hnc/PROSPECT-282-SlopeStability. Basic requirements are as follows: (a) Base year (FY 2011) with two class sessions: Session 11-01: 13-17 June 2011 and Session 11-02: 2-15 August 2011; a one-day post-award meeting (Date - TBD) limited to two contractor representatives; and Travel. Four Option Years with two class sessions per year: FY12: Session 12-01 (Dates - TBD), Session 12-02 (Dates - TBD; FY13: Session 13-01 (Dates - TBD), Session 13-02 (Dates - TBD); FY14: Session 14-01, Session 14-02 (Dates - TBD); FY15: (Dates - TBD), Session 15-02 (Dates - TBD). Course Length: 36 hours/4.5-days Course Location: Huntsville, Alabama; Number of Students: 24 - 30 students per class session. The PWS has two major components: (A) To present 36 hours/4.5-days per session classroom-based course of instruction in Slope Stability Analysis for Corps of Engineers employees responsible for design or loading conditions for soils. The minimum course presentation shall contain the following topics. (1) Introduction/Overview: Basic Design Considerations; Stability Analysis and Design Procedure; Unsatisfactory Slope Performance (2) Design Considerations: Aspects Applicable to all Load Conditions; Analyses of Stability during Construction and at the End of Construction; Analyses of Steady-State Seepage Conditions; Analyses of Sudden Drawdown Stability; Analyses of Stability during Earthquakes (3) Design Criteria: New Embankment Dams; Existing Embankment Dams; Other Slopes (4) Calculations and Presentations: Analysis Methods; Verification of Computer Analyses and Results; Presentation of the Analysis and Results (B) To revise, update, and develop as needed student and instructor support materials for a classroom-based course of instruction in Slope Stability Analysis. Course Material can be downloaded from the following FTP site ftp.isace.army.mil/pub/hnc/PROSPECT-282. The minimum support materials shall consist of the following: (1)Schedule of Instruction (SOI) (2) Student Learning Objectives (3) Tests for Measurement of Student Achievement (Pre and Post Tests) (4) Student Course Manual with instructional materials (content) (5) Student Handouts (6) Audiovisual Aids (7) Instructor Lesson Plans (8) Practical Exercises The contractor shall revise, update, and develop as needed a current student training course manual and supporting materials (DRAFT) not later than 30 days after contract award and/or post award meeting for the Government's review and approval. Two FINAL/Master copies (paper and electronic) of the course material to the Government two weeks prior to the first class session. Course material must be created/formatted for duplication and use in follow-on course. The contractor shall ensure audio visual aids do not contain any copyrighted materials or contractor's logos. All course material revised and or developed for this course shall become the property of the Government. The contractor shall provide a minimum of one instructor at each session. The contractor shall provide each student a copy of the Student Course Manual at the beginning of each class session. All responsible Contractors shall provide an offer for the following Line items (quantity, unit of measurement and price): Base Year: (Slope Stability Analysis Course 282 - revise, update, develop as needed) in accordance with the attached Performance Work Statement (PWS). Period of Performance is 1 June 2011 through 30 September 2011. 0001: Course Presentation/Instruction Session 11-01 Session 11-02 0002 Schedule of Instruction 0003 Student Learning Objectives 0004 Pre and Post Tests 0005 Student Course Manual 0005AA Revise, update, and/or develop 0005AB Reproduction 0006 Audiovisual Aids 0006AA Revise, update, and/or develop 0006AB Reproduction 0007 Instructor Lesson Plans 0008 Contract Manpower Reporting (CMR) 0009 Post-Award Meeting 0010 Travel Session 11-01$3,000.00 Session 11-02 $3,000.00 0011 Practical Exercises Option Year 1 (FY-12) 1001: Course Presentation Session 12-01 Session 12-02 1002 Schedule of Instruction 1003 Student Learning Objectives 1004 Pre and Post Tests 1005 Student Course Manual 1005AA Revise, update, and/or develop 1005AB Reproduction 1006 Audiovisual Aids 1006AA Revise, update, and/or develop 1006AB Reproduction 1007 Instructor Lesson Plans 1008 Contract Manpower Reporting (CMR) 1010 Travel Session 12-01$3,000.00 Session 12-02 $3,000.00 Option Year 2 (FY-13) 2001: Course Presentation Session 13-01 Session 13-02 2002 Schedule of Instruction 2003 Student Learning Objectives 2004 Pre and Post Tests 2005 Student Course Manual 2005AA Revise, update, and/or develop 2005AB Reproduction 2006 Audiovisual Aids 2006AA Revise, update, and/or develop 2006AB Reproduction 2007 Instructor Lesson Plans 2008 Contract Manpower Reporting (CMR) 2010 Travel Session 13-01$3,000.00 Session 13-02 $3,000.00 2011 Practical Exercises Option Year 3 (FY-14) 3001: Course Presentation Session 14-01 Session 14-02 3002 Schedule of Instruction 3003 Student Learning Objectives 3004 Pre and Post Tests 3005 Student Course Manual 3005AA Revise, update, and/or develop 3005AB Reproduction 3006 Audiovisual Aids 3006AA Revise, update, and/or develop 3006AB Reproduction 3007 Instructor Lesson Plans 3008 Contract Manpower Reporting (CMR) 3010 Travel Session 14-01$3,000.00 Session 14-02 $3,000.00 3011 Practical Exercises Option Year 4 (FY-15) 4001: Course Presentation Session 15-01 Session 15-02 4002 Schedule of Instruction 4003 Student Learning Objectives 4004 Pre and Post Tests 4005 Student Course Manual 4005AA Revise, update, and/or develop 4005AB Reproduction 4006 Audiovisual Aids 4006AA Revise, update, and/or develop 4006AB Reproduction 4007 Instructor Lesson Plans 4008 Contract Manpower Reporting (CMR) 4010 Travel Session 15-01$3,000.00 Session 15-02 $3,000.00 4011 Practical Exercises The following clauses apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items;; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev);52.203-12 Limitation On Payments to Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters; 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.228-5 Insurance - Work On A Government Installation; 52.232-18 Availability of Funds; 52.237-3 Continuity Of Services; 52.243-13 Bankruptcy; 52.245-1 Government Property; 52.245-9 Use and Charges; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.252-6 Authorized Deviations in Clauses; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.209-7 Information Regarding Responsibility Matters; 52.233-2 Service of Protest; and 52.252-2 Clauses Incorporated by Reference. The following DFARS clauses apply: 252.201-7000 Contracting Officer's Representative; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.225-7012 Preference for Certain Domestic Commodities; 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing Of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.204-7008 Export- Controlled Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.209-7001 Disclosure of Ownership of Control by the Government of a Terrorist Country; 252.212-7000 Offeror Representations and Certifications and Certifications - Commercial Items; 252.237-7024 Notice of Continuation of Essential Contractor Services. The following provisions apply: 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008). ADDENDUM to 52.212-1 - INSTRUCTIONS TO OFFERORS Paragraph (a) is tailored to read as follows: North American Industry Classification System (NAICS) code and small business size standard. Change 500 employees to read $7.0 million. Paragraph (b) is tailored to read as follows: (b) Submission of offers. In addition to those requirements as stated in paragraph (b), the following are added and shall apply to the submission requirements in response to this solicitation: The offeror shall submit proposal to the office indicated in block 9 of the Standard Form (SF) 1449, Solicitation Offer and Award, to arrive no later than the time specified in paragraph 2 below. The offeror shall mark the exterior of their proposal package with solicitation number: W912DY-11-R-0013. PROPOSAL PARTS: The offeror's proposal shall consist of four separate, distinct and complete parts as follows and be virus free: Part I. Contractor Business Synopsis (1 page only) Part II. Contractor Key Instructor Personnel A. Instructor(s) Information (limited 4 pages each prospective instructor) 1. Name 2. Current Position/Title 3. Education a. Highest Related Degree Earned b. Professional Certifications 4. Work Experience (List no more than 7 events within past 10 years) a. Description of Work b. Organization/Agency c. Dates of Performance d. Outcome/Results 5. Teaching Experience (List no more than 7 events within past 5 years) a. Title of Course/Seminar/Event b. Organization/Agency c. Dates of Performance d. Outcome/Results B. Contractor Commitment Letter for Instructors (only key personnel identified above unless approved in writing by KO) 1. Name(s) (Identify lead and assistant instructors) 2. Dates(s) Part III. Description of How Work is To Be Accomplished (not more than 4 pages) A. Level of Effort 1. Proposed Instructional Methodology 2. Schedule of Instruction B. Training Materials 1. Instructor Materials 2. Student Manuals 3. Instructional Support Materials 4. Texts (if any, must be identified in advanced for Government review) 5. Information Technology Support Requirements Part IV. Past Performance (Submitted Separately) The offeror shall provide evidence of past performance for at least three contracts you currently have or have completed within the past three (3) years under which you performed the same or similar services required by this solicitation. See Attachment 5 - Past Performance Questionnaire. Part V. Price/Cost (Submitted (Separately) Price/cost data must be detailed/complete. All information related to pricing shall only be included in this section of the proposal and identified as pricing data. This volume will stand alone in supporting the offeror's approach to reasonableness, balance and completeness of the overall price of this effort. GOVERNMENT MINIMUM ACCEPTANCE PERIOD. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time is specified in an addendum to the solicitation. A. Course Instructions/Presentation(s) B. Instructional Materials 1. Student Learning Objectives 2. Pre and Posttest Questions 3. Instructor Lesson Plans 4. Student Manuals 5. Audio Visual Aids 6. Student Handouts 7. Practical Exercises 8. Reproduction 9. Shipping C. Travel and Per Diem Part VI. Other Administrative Requirements: The SF1449 (with original signatures) including any required fill-in clauses and provisions. A. Request for Proposal - Solicitation/Contract/Order for Commercial Items (SF 1449). One original of page (SF 1449) with signature of a corporate officer authorized to negotiate for the company in Block 30A (include (CAGE) Code, and solicitation number on each page of their proposal for identification purposes). B.Representations and Certifications: One completed copy of FAR 52.212-3 Alt I, 52.219-1 ALT I, and DFARS 252.212-7000. If the offeror has completed the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov the offeror shall indicate such on FAR Clause. C.WAGE DETERMINATION ((WD 05-2007 (Rev.-14)) can be found at www.wdol.gov Paragraph (b)(8) Representations and Certifications is added to read as follows: Offeror shall register at the following Online Representation and Certification Application website: http://orca.bpn.gov/login.aspx. Paragraph (b)(9) Acknowledgments of Solicitation Amendments is added to read as follows: (b)(9) All amendments to the solicitation shall be acknowledged by the offeror by signing and submitting a copy of the amendment(s) with the proposal. Paragraph (b)(10) Past Performance Information is added to read as follows: The offeror shall provide evidence of past performance for at least three contracts (current or completed) within the past three (3) years. 1. General Information a.The proposals shall be clear, concise, and include sufficient detail for effective evaluation to substantiate the stated information. The proposals shall not rephrase or restate the Government's requirements, but shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their company or experience and will use this information to evaluate the offer. Complete resume for ALL instructors proposed to teach the course must be submitted with the initial proposal. Elaborate formats, bindings, or color presentations are not desired or required. Facsimile copies of the proposal WILL NOT be accepted. b.Proposal Preparation Costs - This Request for Proposal does not commit the Government to pay any costs incurred in the preparation and submission of the offerors's proposal or in making any necessary studies for the preparation thereof, or for any visit, the Contracting Officer may request for the purpose of clarification of the proposal or for preparation of negotiations. By the submission of its offer, the offeror assumes all associated costs. c.All offerors shall submit proposal materials as described in Microsoft Windows Word and Microsoft Excel in 2003 or 2007 format. d.Complete blocks 12, 17a, 30 a, b, and c of the SF 1449. In addition, include signed copies to all amendments as applicable. e.Travel Contract Line Item Number: 0011, 1010, 2010, 3010, and 4010 (per session) will be completed as follows: Quantity Unit PriceLine Item Cost 1.00 $3,000.00 $3,000.00 The above stated line item is a reimbursable amount (Government estimate only) and will be equal on all proposals for the purpose of evaluation 2. Proposal Submission. a.Submission Due Dates. The proposal shall be submitted no later than 12:00 NOON Central Standard Time on 30 March 2011 electronically via e-mail to shirley.a.burke-mitchell@usace.army.mil and michael.k.alexander@usace.army.mil or delivered via U.S. Postal Services to: US ARMY ENGINEERING & SUPPORT CENTER Attn: Shirley Burke-Mitchell 4820 UNIVERSITY SQ. HUNTSVILLE AL 35816-1822 b. Hard copy proposals must be in the format stated in paragraph 1c above. Late submissions WILL NOT be accepted. c.Restriction of Disclosure/Proprietary Information. If the Offeror wishes to restrict the disclosure or use of its proposal, use the legend permitted by FAR 52.215-1(e). Individual subcontractor/vendor proprietary information may be submitted in separately. 3. Communication with the Contracting Office Solicitation information and amendments will be posted to the Federal Business Opportunities website at www.fbo.gov. Offerors may e-mail written questions requesting clarification of the RFQ to the Government via the Contract Specialist, Shirley Burke-Mitchell at shirley.a.burke-mitchell@us.army.mil and Michael K. Alexander at Michael.k.alexander@usace.army.mil The Government will answer questions received up to close of business 24 March 2011. The Government reserves the right to not answer questions received after this date. Only proposals submitted in accordance with FAR 52.212-1 and the Addendum to 52.212-1 of this solicitation will be accepted. ADDITIONAL INFORMATION: Place of Performance: USACE Learning Center, Huntsville, AL 550 Sparkman Drive, Huntsville, AL 35816 Submitted proposals become the property of the United States Offers are due by 30 March 2011, 12:00 NOON Central Standard Time. Late submission will not be accepted. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) ADENDUM to 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) Paragraph (d) is added to read as follows: Proposals will be evaluated in accordance with FAR Parts 12 and 13 to determine the best overall value for the Government. The Government will award a FFP contract resulting from this solicitation to the responsible offeror whose proposal will be the most advantageous (best value) to the Government, price and other factors considered. A. BASIS FOR CONTRACT AWARD (1) Subject to the terms and conditions herein, award will be made based on the best overall value proposal. The best value offer will be determined by consideration of Technical, Past Performance, and Price proposals. The Contracting Officer will make an integrated assessment and best value decision based upon acceptable relevant past performance. Relevant past performance is defined as past or present performance efforts involved essentially the same magnitude of effort, size, scope and complexities this solicitation requires. The Government has stated its minimum needs in the solicitation. (2) The proposals shall be clear, concise, and include sufficient detail for effective evaluation and to substantiate the stated information. The proposals shall not rephrase or restate the Government's requirements, but shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their company or experience and will use this information to evaluate the offer. (3) The Government intends to evaluate proposals and award a contract without discussions with the offerors. Therefore, the offerors initial proposals should contain the offerors most favorable terms and reflect its best possible performance potential. The Contracting Officer may clarify all information submitted in response to the solicitation, as necessary, to evaluate the proposals, and notwithstanding these clarifications, the Contracting Officer retains the right to award without discussions. The Government also reserves the right to conduct discussions, both written and oral, with the offerors whose proposals have been determined to be within the competitive range, if in the Government's best interest. The Contracting Officer may limit the competitive range for purposes of efficiency. (4) By submission of an offer, the offeror assents to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and sub-factors. Failure to meet a solicitation requirement may result in an offer being determined non-compliant and/or technically unacceptable and therefore, may result in the offeror being eliminated from further consideration. Offerors must clearly identify any exception to the solicitation terms and conditions and provide accompanying rationale. (5) For an offeror to receive award, the proposal must meet all Performance Work Statement (PWS) requirements and conform to all required terms and conditions. The offeror shall possess all required certifications, be determined responsible IAW FAR 9.104, and present the best value to the Government given the evaluation criteria specified in the solicitation B. FACTORS AND SUB-FACTORS TO BE EVALUATED (1) Evaluation Factors The relative importance of the evaluation factors is as follows: (a)The Technical evaluation will be based on Education, Past Work Experience and Teaching Experience of proposed instructor(s). Education is more important than Past Work Experience. Past Work experience is slightly more important than Teaching Experience. Past Work experience and Teaching combined are equally as important as Education experience. All technical evaluation factors, when combined, are equally important with Past Performance. The non-price evaluation factors, when combined are significantly more important than Price. (b)Past Performance Sub-factor (1) is more important than sub-factor (2). (1)Relevance of work performed to this acquisition (2)Recency of work performed (c ) Price/Cost. Proposals shall be detailed/complete, reasonable and balanced. (d) Instructor(s) shall be delineated in the information submitted and will have the appropriate education/professional qualifications, work experience, and teaching experience. (2) Offerors shall provide resumes addressing the following topics: (a)Technical: Factor One: Education (Sub-factors are equal in importance) (1)Highest level of education obtained in relevant field (2)Professional engineering certification Factor Two: Past Work Experience, (sub-factors are equal in importance). (1)Relevance of experience (2)Recency of experience Factor Three: Teaching Experience (sub-factor-1 is more important than sub-factor-2): (1)Performance as professional/subject matter expert in subject matter area of expertise (2)Performance as teacher/instructor (3)Amount of relevant (classroom hours taught) experience (b)Pact Performance: will be evaluated based upon quality, relevancy, and recency on contracts of similar size, scope, and complexity within the past 3 years. Past performance, which is not similar in project scope, will not be considered relevant or evaluated. Information on contracts with less than one year of performance will not be considered. (c ) Price: will be evaluated for reasonableness, balance and completeness. (3) The following attachments are available for download at this FTP site ftp.usace.army.mil/pub/hnc/PROSPECT-282 : (a) SF Form 1449/Performance Work Statement (Attachment 1) (b) Appendix - A (Attachment 2) (c ) ADDENDUM - 52.212-1 (ATCH 3) (d ) ADDENDUM - 52.212-2 (ATCH 4) (e) Past Performance Questionnaire (ATCH 5) NOTE: Offers are due by 30 March 2011, 12:00 NOON Central Standard Time. NOT 12:00 A.M. as listed on the SF 1449.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-11-R-0013/listing.html)
 
Place of Performance
Address: USACE-ULC, Huntsville 550 Sparkman Drive Huntsville AL
Zip Code: 35807-4301
 
Record
SN02404027-W 20110320/110318234042-463c835082341365ad578ddd679e1c35 (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.