Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2011 FBO #3530
SOLICITATION NOTICE

U -- FACILITIES INFRASTRUCTURE FUNDAMENTAL (FIFT) AND FUNDAMENTALS OF HIGH PERFORMANCE BUILDINGS (FHPB) - (Draft)

Notice Date
7/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), 1800 F Street, NW, Room 4302, Washington, District of Columbia, 20405
 
ZIP Code
20405
 
Solicitation Number
GS-00P-11-CY-D-0086
 
Point of Contact
Erica B Pelham, Phone: (202) 501-3394, Collette Scott, Phone: (202) 501-9154
 
E-Mail Address
Erica.Pelham@gsa.gov, collette.scott@gsa.gov
(Erica.Pelham@gsa.gov, collette.scott@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Standard Form 1449 Attachment B - Peformance Measures Attachment A - Pricing Schedule 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 and file attachments. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. This is a full and open acquisition associated with North American Industrial Classification System (NAICS) code 611430, Professional and Management Development Training, with a small business size standard of $7.0 M. General Services Administration (GSA), Public Buildings Service (PBS), Contracting and Facilities Division (PGE), is requesting a Professional Education Contractor to provide the management, supervision, instructors, equipment, supplies and materials needed to successfully create, prepare and train agency property mangers on Facilities Infrastructure Fundamentals Training (FIFT) and Fundamentals of High Performing Buildings (FHPB) subject-matter as well comply with the requirements of the Federal Building Training Act (FBTA) of 2010. Background: The Public Building Service (PBS), one of the three services within the General Services Administration (GSA), provides work environments for over one million Federal employees nationwide. Created in 1949, PBS serves as a builder, developer, lessor, and manager of Federally owned and leased properties, providing a full range of real estate brokerage, property management, construction and repairs, security services, property disposal and overall portfolio management. Over the years, PBS has become a leader in the management of the Federal Government's considerable real estate portfolio. PBS manages a portfolio of general office space that is among the largest in the United States. The portfolio is quite diverse, with over 8,000 buildings and nearly 300 million square feet. PBS serves over 100 Federal Agencies and Commissions. PBS's major customers include the Department of Treasury, Defense, Health and Human Services, Justice, Interior, Agriculture, and the Judiciary. The property managers of the facilities require training to ensure they are providing the outstanding services of which our customers have become accustomed. Objective: The objective of this training is to provide PBS associates with fundamental knowledge of key building systems gaining the knowledge necessary to better assess contractor performance and energy reduction techniques to meet the contract requirements and energy savings goals. In addition, this training is an integral part of meeting the Federal Building Training Act 2010 (FBTA) requirements, as well as complying with the guiding principles for sustainable buildings. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is issued to provide Facilities Infrastructure Fundamentals Training (FIFT) & Fundamentals of High Performing Buildings (FHPB) Training Services to the Office of Facilities Management and Services Program within GSA/PBS. Work on this contract will be set forth in individual Task Orders. Task Orders are written orders by the Contracting Officer requiring the Contractor to provide either FIFT or FHPB training. Each Task Order will include a Performance Work Statement (PWS) that sets forth the services required, the qualifications, the performance standards as well as the Government approval process. All task orders shall be firm fixed price contracts. The contractor shall provide an adequate number of facilitators/trainers who can deliver a three-day course of FIFT or FHPB training (8 hours per day including breaks and lunch) capable of presenting to their audience a fundamental understanding of the following: a. Current and future Heating, Ventilation, and Air Conditioning (HVAC) systems; b.Electrical Systems and safety, including Arch Flash Safety, switch gear operations and maintenance, and Fire Protection systems; and c.Building Vertical Transportation systems and Smart Building Technologies. The majority of the training time allotted should be devoted to HVAC systems with the remaining training time equally divided between electrical systems, fire protection systems, and Vertical Transportation systems for the FIFT course. Neither course will require a written examination; therefore success of the courses will not be focus on pass or fail of a comprehensive examination. The Contractor's objective must focus on providing a learning environment for the students to enable them to gain a coherent knowledge of the specified subjects through live observation, interaction, and classroom exercises. The instructors shall be required to incorporate hands-on demonstrations/experimentation using contractor supplied equipment and props. Tours must be conducted of facilities owned and operated by GSA and must include those pieces of equipment covered by classroom course material, including but not limited to chillers, boilers, evaporators, condensers and elevators for both FIFT and FHPB and, where available, new technologies for FHPB. Core Competencies are currently being developed in accordance with the Federal Building Training Act (FBTA), 2010 and these core competencies, as applicable, shall be incorporated into the training material. The government will critique and comment on the course curriculum and the government's recommendations will be incorporated in the final course curriculum. The contract will also include the following options, each separated into two parts. Option 1: The contractor will develop WEBINAR training that includes established topics from the FY12 SOW for classroom training. If this option is fully exercised, up to nine (9) one-hour webinars are to be prepared using internet based webinar service providers and will cover the topics from the FIFT/FHPB curriculum. The two parts of the option are as follows: Option 1A: 1. Provide preview of each of the 9 webinar courses for GSA's review and acceptance. 2. GSA will provide comments and recommended changes for contractor to incorporate into the training. 3. Provide cost proposal for developing the webinar courses. Option 1B: 4. If GSA exercises the option to provide the webinar courses, scheduling of courses will be based on funding and need. 5. Provide cost proposal for delivery of the approved webinars. 6. The following topics were pulled from the Statement of Work for the 3 day course and represent the topics that are to be addressed in each of the webinars. Topics should include but are not limited to the following: a. Webinar #1 Topics: (1) Temperature, Humidity, Filtration, Circulation, Ventilation (2) Refrigeration Cycle (3) Refrigerant Management and Environmental b. Webinar #2 Topics: (1) HVAC Controls (2) Control Components (3) Control Systems c. Webinar #3 Topics: (1) The Elevator Industry (2) Elevator Components (3) Types of Elevators (4) Architectural Considerations (5) Maintenance and Maintenance Contracts* (6) Codes (7) Other Resources d. Webinar #4 Topics: (1) Basic Electrical Principles (2) Electrical Grid (3) Electrical Distribution systems, Single-line (4) Drawing (5) Transformers, Fuses and Circuit Breakers (6) Grounding and Ground Fault, Feeders and Branch Circuits (7) Emergency Systems, Maintenance and Safety e. Webinar #5 Topics: (1) Fire Detection Systems - Types and Technologies (2) Fire Suppression, NFPA Codes f. Webinar #6 Topics: (1) High Performance Concept (2) Building Envelope (3) Water Conservation (4) Lighting g. Webinar #7 Topics: (1) Systems and Equipment Efficiency h. Webinar #8 Topics: (1) Energy Market (2) Energy Tools (3) Building Automation Systems (4) GSA SMART Building i. Webinar #9 Topics: (1) Recycling and Sustainability Option 2: Develop new training for Smart Building Operations. If this option is fully exercised, the contractor shall develop training that includes SMART Building operations, provide pilot, and make adjustments to the training per GSA's evaluation of pilot and make recommended changes. Travel and lodging included for pre-pilot meeting, pilot, and post pilot evaluation. To develop a course for instruction titled, "SMART Building Operations" (or similar name) per attached outline. Included in the development process are the following requirements, divided by option parts Option 2A: 1. Provide detailed outline of course contents 2. Prepare pilot of the course.The course format may be a combination of class room, webinars; and/or online training. 3. Participate in Pre-pilot meeting at the GSA Headquarters a. Provide detailed lesson plan to COR two weeks prior to pre-pilot meeting. b. Prior to acceptance the contractor will provide a detailed preview of the lesson plan to a GSA panel for evaluation. The preview will consist of a table top discussion of the proposed course content. The preview is to be held in Washington DC at a date and location to be determined but will not to exceed four (4) hours in duration. At least one of the actual instructors must be present during the preview. GSA will provide comments and recommended changes for contractor to incorporate into the training. Option 2B: 4. If GSA exercises the option to fully develop the courses, prepare course materials - handouts, slide presentation, disks of slide presentation, etc. as necessary to provide to the participants of the pilot 5. A pilot course will be scheduled at a date and location to be determined for select GSA employees. Contractor will be notified of the course location (Pilot course will be at one of the locations listed in main scope of work). 6. Scheduling of further courses will be based on funding and need. 7. Contractor shall provide a cost for presenting the training course tiled "Smart Building Operations" at each of the 11 locations listed in the main statement of work. 8. Contractor shall provide cost schedules for classes by GSA regional cities in contract for Fiscal Year 2012 through Fiscal Year 2016. Suggested Topics SMART BUILDING OPERATIONS Topics should include but are not limited to the following (he course format may be a combination of class room, webinars; and/or online training): 1. IT Network Basics 2. IT Network Troubleshooting Basics 3. GSI BIM Technologies 4. Advanced Metering 5. CMMS 6. Inventory Management 7. SMART Building Technologies 8. Dash Board Interpretation 9. Guiding Principles/LEEDS 10. O&M Contractor's Responsibilities 11. Tenant Sustainability Education 12. Reporting Requirements 13. Definitions/Policy 14 Recycling Sustainability Practices 15. Building Automation Systems, Energy management Systems, Tenant Services Metering, and Critical Systems Monitoring The format is similar to the FIFT/FHPB Training requirements, i.e. deliverables, schedules, contractors effort, performance measures, etc. Required Services: The Contractor shall provide the management, supervision, instructors, equipment, supplies, and materials needed to provide onsite (See list of locations under Place of Performance) FIFT and FHPB Training as described herein. In addition to onsite training a professional recording of the training shall be produced and provided to GSA for their use. In cases where travel is restricted and not all students will be available to physically attend the contractor shall determine the best method and provide same time instructions via the internet, for example Webinar, Simulcast, etc. A. Contractor Effort Required: Neither course will require written examination. Successful completion of the courses will be determined by attendance as evidenced by the Contractor's system for documenting student attendance (Sign-In Sheets). The Contractor's objective should focus on teaching the course content and providing a learning environment for the students to gain coherent knowledge of a specified subject through live observation, interaction, and classroom exercises. Each training shall last for eight (8) hours/day for three (3) consecutive days conducted during a Monday thru Friday work week and working hours. Instructors will be required to incorporate hands-on demonstration/experimentation utilizing exhibits and actual on-site tours of building equipment - HVAC, new technology and related systems, new fire protection and electrical systems and vertical transportation systems. All tours will be coordinated with the points of contact in the GSA Regions. B. Course Content for Each Class: The course shall consist of 40% Lab Oriented instruction and 60% classroom instruction. At a minimum, the training shall include the following topic areas: area of concentration listed in the following paragraphs should be addressed; in addition, all training should identify industry best practices. These lists can be expanded by the government COR or designee and as the instructor deems necessary with approval from the COR or designee: 1)FIFT - Day 1: a.Objectives of the Heating Ventilation and Air Conditioning (HVAC) Systems b.Temperature, Humidity, Filtration, Circulation, Ventilation c. Refrigeration Principles d. Refrigeration Cycle e. Hydronic Air Conditioning f. Chillers, Cooling Towers, Fans g. Refrigerant Management and Environmental 2) FIFT - Day 2: h. Boilers and Fuels i. HVAC Controls j. Control Components k. Control Systems l. The Elevator Industry m. Elevator Components n. Types of Elevators o. Architectural Considerations p. Maintenance and Maintenance Contracts q. Codes r. Other Resources 3) FIFT - Day 3 s. Basic Electrical Principles t. Electrical Grid u. Electrical Distribution systems, Single-line Drawing v. Transformers, Fuses, and Circuit Breakers w. Grounding and Ground Fault, Feeders and Branch Circuits x. Emergency Systems, Maintenance and Safety y. Fire Detection Systems - Types and Technologies z. Fire Suppression, NFPA Codes FHPB Day 1: a. High Performance Concept b. Building Envelope c. Water Conservation d. Lighting FHPB Day 2: e. Systems and Equipment Efficiency FHPB Day 3: f. Energy Market - 2 hours and 15 minutes g. Energy Tools - This is discussed within the time allotted for Energy Market h. Building Automation Systems i. GSA SMART Building- 1 hour provided by GSA j. Recycling - 45 minutes All training should identify industry best practices, applicable federal mandates, standards and codes, etc. The lists above can be expanded to include additional areas, as the facilitators deems necessary, with COR/designee approval. In addition GSA will provide specific information that is peculiar to GSA controlled facilities, i.e., regulations, codes, requirements, executive orders, etc. Changes may be made as a result student evaluations. Yearly, GSA will review the course curriculum for relevancy and updated content and contractor will incorporate the government's comments. Add Alternates: "Alternates" are alternate services, materials, equipment, system methods, units of work or major elements which may, at the government options and under the terms established by the contract, be selected for the work in lieu of the corresponding requirement of the contract documents. Selection may occur prior to the award or be deferred for possible selection at a later date. Deliverables: Contractor shall offer training as order by the government, October 1st through September 30th of each year, with one week in between. In months where it is possible to do more than two, they may be scheduled at the discretion of the contractor; however, no less than 24 classes per fiscal year will be offered. The type session and schedule will ultimately be approved by GSA. Performance Measures: Throughout the life of the contract, the Contractor will be evaluated on the performance measures below to ensure that the required services in the Performance Work Statement (PWS) are met. (See Attachment B) The Contractor shall strive to meet all the requirements of the contract, 100% of the time. However, in order to continue to provide services to the Government under the contract, a performance threshold of 95% has been established. The contractor's performance shall be evaluated by the designated COR. All non-conforming services shall be corrected to the satisfaction of the COR within a reasonable timeframe. If the contractor fails to meet the performance standards after correction of the non-conforming standards, the Government has the right to deduct 5% from the contractor's invoice and elect to cancel the contract at the end of the 12 month performance period due to non-conformance. Failure to meet the above performance measures may cause a 5% penalty on the invoice if services are not provided in accordance with the requirements of the contract. Quality Assurance: The contractor shall meet the performance measures at an acceptable quality level to continue services under the contract. The contractor's performance shall be evaluated by the designated COR. All non-conforming services shall be corrected within two business days. If the contractor fails to meet the performance standards after correction of the non-conforming services, the Government has the right to deduct 5% from the contractor's invoice due to non-conformance. Throughout the life of the contract, the Contractor will be evaluated on the performance measures below to ensure that the required services in the Performance Work Statement (PWS) are met. The performance measures are as follows: A. Methods of Surveillance: Even though the government through its COR will be monitoring the contractors performance on continuous basis, the sheer volume of training and various training sites will make 100% inspection impractical. The government will use the three (3) methodologies: 1. Random observation of classes 2. Individual evaluations of the training 3. Quarterly evaluations of course materials Random Observation - One to Three times per year the COR or designee will observe an actual class and assess the Contractor's facilitator/trainer on the following: a. Presentation skills, b. Knowledge of Course Material, c. Knowledge of organization/management theory on which course content is based; and d. Ability to communicate training content effectively. Individual Course Evaluation - The consolidated course evaluation report (provided by contractor) will be evaluated for every class. The evaluations are of each of the key systems presented and the instructor who presented it. The scores range from Poor to Excellent (Poor, Fair, Good, Very Good, and Excellent). a.90% of the overall ratings shall be in the Good to Excellent range; and b.Any evaluations where over 10% of the ratings are in the poor or fair category will be flagged for further evaluation. Quarterly Evaluations - Flagged class evaluations will be reviewed for low scores in the following categories: a.Instructor; b.Course Content; c.Training Materials; and d.Classroom Experience/Setup If performance of any required service is unsatisfactory and that performance is the result of actions (or lack of action) by the Contractor, the CO may take action in accordance with the FAR clause 52.246-4, "Inspection of Services." The best means of determining whether the Contractor has met all Contract requirements is to inspect the results. Such inspections confirm that value is received for the money spent or that problems exist. Documented surveillance results are the most effective tool used to enforce Contract administration actions. A Contract Discrepancy Report (CDR) will be initiated by the COR if, at any time during the performance period specified in the PWS or Task Order, the results of GSA's monitoring indicate that the contractor's performance is unacceptable (i.e. did not conform to the requirements, and the COR determines that the unacceptable performance was not caused by the Government. (See Attachment C). B.Quality Assurance Evaluations & Reporting The COR or designee will utilize appropriate quality assurance monitoring forms to document and evaluate the contractor's performance under this contract. The forms will document the COR's understanding of what the contractor was supposed to do, what was actually done, and the impact or consequences what was done. The COR or designee will evaluate each training event in accordance with the performance standard and performance requirements in the SOW. The COR or designee must substantiate all fair or poor designations of their performance. Performance in the excellent, very good and good are expected from the contractor and need not be substantiated. However, comments with high praise will be shared with the contractor and posted on the website as an advertisement to encourage participation by the COR or designee. The COR or designee shall forward copies of all completed QA monitoring forms to the CO and contractor by email. Contractor will respond to any negative comments or recommendations. C. Analysis of Surveillance Results The CO shall review each quarterly report and when appropriate investigate negative findings to determine if all the facts and circumstances surrounding the event were considered in the COR's opinions outlined on the forms. The CO will immediately discuss every event receiving a substandard rating with the contractor to assure that corrective action is promptly initiated. At the end of each quarter the COR will prepare a written report for the CO summarizing the overall result of the surveillance o the contractor's performance during the previous quarter. This report shall become part of the formal QA documents. Security Requirements: Contractor will at times be required to work in and have access to GSA-owned buildings. When on GSA-owned property the contractor shall be under the direct supervision of a PM staff member or approved federal person and will not require a HSPD-12 security clearance. Government-Furnished Equipment/Property: a.Government will provide facilities for the classroom training and for the tour. In most cases the tour will be conducted in the same building (preferable) but will be coordinated with the Regions' Points of Contact. b.Government will provide updated GSA-specific information on an as needed, but no less than annually for incorporation into the training material. GSA may add and will require the contractor to add course material as deemed necessary by GSA COR or designee. c.Government will provide input derived from course evaluations Contractor Furnished Information/Equipment and/or Property: With the exception of the Government furnished Facilities/Information stated in the preceding paragraph the Contractor must provide all manpower, transportation, computers, and other items necessary for the performance of this requirement; including but not limited to: a. Text Books b. Work Books c. Discs of Presentation d. Recorded Production of Class and/or webinar, as necessary. A sufficient amount of text books will be prepared and maintained for the students use for each class. Contractor will develop some type of issuance system wherein the student understands the text book is for their use only during the class and that they must be turned in on the last day. Each student will be provided with a disc of the training content along with their certification of completion after attending the 3 full days of training. The contractor must determine the appropriate amount of Continuing Education Units (CEU) for each course and award same to students upon completion of the three full days of training. The contractor will provide a sign in sheet indicating participation on each day with pre-determined gathering of the following information from participants: a. Number of years with GSA b. Number of years in current position c. Position Title d. Name of Organization e. Whether or not this training was part of a formal training plan or voluntary The contractor will provide, for each class, electronic copies of the following documentation: a. Sign-In Sheets b. Class Picture c. Individual Evaluation Forms d. Summary of Evaluations e. And a copy of Invoice The courses developed by the contractor will become the property of the US Government and the contractor will provide GSA with complete copies of the presentation material including slides, films, and speakers notes. Due to unforeseen travel restrictions we may need to present this training with alternate mediums in case travel to training sites is not funded. One method would be to record the training and another method would be to produce a "Webinar" of the training to provide the training using the internet, where the contractor would present the training with the students being virtual with the ability to participate with their computers. The contractor will provide a separate line item price for these two methods in their proposal. Related Experience of Contractor Employers: Contractor must have at least 10 years of curriculum development experience in the areas of Mechanical Engineering or Electrical Engineering at the undergraduate level, or higher. An instructor should have at a minimum a.Bachelors Degree (B.A.) from an accredited school (only degrees from an accredited college or university recognized by the Department of Education are acceptable). b.A minimum seven (7) years working in Building Management, Facilities Management, or similar industry. c.Five (5) years instructor experience at undergraduate level or above. 1)Offerors shall submit resumes and any other academic credentials of the proposed key personnel that demonstrate their ability to perform under the contract. 2)Resumes should reflect instructors/facilitator's experience in similar or same work as being solicited for the past four (4) years. Do not include experiences/work history not related to skills/knowledge necessary to perform proposed requirement. 3)Offerors shall also submit a minimum of two (2) references for each key personnel for projects active within the last five (5) years. 4)Offerors should provide the dollar amount, a brief narrative, the number of client/customer employees serviced totally and per class, and how long the person(s) have been employed by the Contractor for each project. 5)Past Performance - firm must have four (4) years experience of the size and scope and magnitude of the current training. Monthly Reports: The contractor will provide, for each class, electronic copies of the following documentation: 1) Sign-In Sheets - within one day of the last day of each course 2)Class Picture - within 10 days of each session 3)Individual Evaluation Forms - within 10 days of each session 4) Summary of Evaluations - within 15 days of each session* *The Summary of Evaluations will include a roll-up of all the ratings and note significant comments from individual evaluations. Period of Performance: The period of performance is for a 12-month base period. If required, the Government may extend the services for six (6) month option periods in accordance with FAR 52.217-8, Option to Extend Services. The estimated timeframe is as follows: Base Year: October 1, 2011 through September 30, 2012 Option Year I: October 1, 2012 through September 30, 2013 Option Year II: October 1, 2013 through September 30, 2014 Option Year III: October 1, 2014 through September 30, 2015 Option Year IV: October 1, 2015 through September 30, 2016 Place of Performance: The training locations will be at the following GSA locations: •Region 1 Boston, MA •Region 2 New York, NY •Region 3 Philadelphia, PA •Region 4 Atlanta, GA • Region 5 Chicago, IL • Region 6 Kansas City, KS • Region 7 Forth Worth, TX • Region 8 Denver, CO • Region 9 San Francisco, CA • Region 10 Auburn, WA • Region 11 Washington, DC Price Schedule: The Contractor shall submit a firm fixed price under Volume I of their proposal. The pricing structure shall be as follow for the base year, option years and alternate services. (See attachment A for complete pricing schedule) Note: Labor Categories may be substituted (if approved by GSA); however, hours shall not be adjusted. Maximum Total Contract: The Maximum Ordering Limitation (MOL) for the contract is $2.5M. Guaranteed Minimum: The minimum guaranteed under this contract is $20,000 for the base year of the contract. The guaranteed minimum order amount applies to the base year only. There is no guaranteed minimum for the option years, if exercised. Estimated Travel: If required, travel shall be approved in advance by the Contracting Officer's Representative (COR) and paid by the Contractor. At the conclusion of the travel, Contractor shall be reimbursed in accordance with the Federal Travel Regulations and FAR Part 31 including per diem allowances for overnight travel, upon submission of adequate supporting documentation. Evaluation Criteria: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are listed in descending order of importance Factor 1 - Relevant Project Experience The contractor must demonstrate the necessary related experience in developing and conducting facilities operations training programs, either for the Government or private entities. The contractor must demonstrate the related knowledge, qualifications and experience of the proposed key personnel that will conduct this training and provide documentation of such knowledge and experience for the Government or private entities. Factor 2 - Proposed Curriculum Offeror's shall submit proposed plan of action for performance of the required work demonstrating it to be comprehensive,designed to yield a sensible policy approach, and demonstrate the offeror's complete understanding of the work required. It shall include an itemized schedule of all milestones and deliverables for the project, as well as, an effective project management plan and structure for performance of the work including a plan for incorporating agency input and review on the project. All training should identify industry best practices, applicable federal mandates, standards and codes. Factor 3 - Past Performance Offeror's must have four (4) years experience of the size and scope and magnitude of the current training. In addition, it must have at least 10 years of curriculum development experience in the areas of Mechanical Engineering or Electrical Engineering at the undergraduate level, or higher. Resumes and any other academic credentials of the proposed key personnel shall be submitted, demonstrating their ability, skills and experience to perform under the contract. In addition contractor shall submit a minimum of two (2) references for each key personnel for projects active within the last five (5) years. Price Evaluation: The offeror's proposed pricing will be evaluated for fair and reasonableness. The proposal may be rejected if it is materially unbalanced. If the offer is unrealistically high or low in price it will be considered indicative of a lack of understanding of the complexity and risk associated with work performed under the resulting contract. If the offer contains an unrealistic price it will not be considered for award. Price proposals will be evaluated against other proposals submitted, in-house estimates and the current market prices during evaluations. Evaluation of the contractor's price proposal shall include and evaluation to determine: - Fair and Reasonable Rates and Prices - Total Price of the Contractor's proposal for the Base Year and All Option Years Note: The contractor is also advised that, although price does not bear a numerical rating, it shall be evaluated as stated in FAR Part 15.304. Pre-Bid Teleconference: A pre-bid teleconference is scheduled for Tuesday, August 2, 2011@ 2:00 pm EST to answer all questions regarding this requirement. Teleconference Number: 888-790-2410 Pass code: 9975380 Submission of Proposals: The Contractor's proposal is due on or before 3:00 pm, EST Tuesday, August 22, 2011. Proposals will be evaluated based on best value to the government. Offerors must submit their final proposals for evaluation. Proposals must be submitted by email in two (2) separate volumes: To: Erica Pelham, Contract Specialist - erica.pelham@gsa.gov Cc: Collette Scott, Contracting Officer- collette.scott@gsa.gov Subject: Solicitation Number : GS-00P-11-CY-D-0086 FIFT/FHPB Development Training - Volume I: Price Proposal: One (1) email copy (Include a signed copy of the Standard Form 1449 and pricing) - Volume II: Technical Proposal - One (1) email copy - DO NOT SUBMIT PRICING IN VOLUME II Proposal must be good for at least one year from the date of proposal submission: Email copies of the Technical and Price proposal must be in Microsoft Word and/or Microsoft Excel ONLY, except supporting materials, samples, Resumes and Online Certifications and Representation Application (ORCA), may be in Portable Document Format (PDF). CONTRACT CLAUSES FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ Clause Title Date FAR 52.212-4 Contract Terms and Conditions - Commercial Items March 2009 FAR 52.212-1 Instructions to Offerors - Commercial Items June 2008 FAR 52.212-2 Evaluation - Commercial Items Jan 1999 FAR 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (ALT I) (Feb 2010 ) (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11 7 5 5 ). (2) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: [Contracting Officer shall check as appropriate.] _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). _X_ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I to 52.219-5. ___ (iii) Alternate II to 52.219-5. _X_ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). _X_ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). _X_ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). 52.219-23(b) - "10" percent (ii)___ Alternate I of 52.219-23. _X_ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103- 355, section 7102, and 10 U.S.C. 2323). _X_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) _X_ (12) 52.222-26, Equal Opportunity (E.O. 11246). _X_ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X_ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). _X_ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). ___ (16) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126). ___ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). ___ (18) 52.225-1, Buy American Act--Balance of Payments Program--Supplies (41 U.S.C. 10a - 10d). ___ (19)(i) 52.225-3, Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ___ (ii) Alternate I of 52.225-3. ___ (iii) Alternate II of 52.225-3. _X_ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). ___ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). ___ (24) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332). _X_ (25) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (31 U.S.C. 3332). ___ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). ___ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ___ (28)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). ___ (ii) Alternate I of 52.247-64. (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41U.S.C. 351 et seq.). (d) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components-- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (4) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the date of contract award through the date of contract expiration. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of $ TBD (2) Any order for a combination of items in excess of $TBD; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within five (5) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum". (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 90 days from the date of contract expiration. 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 10 days of contract expiration; 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 provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. CLAUSES INCORPORATED BY REFERENCE FAR 52.213-3- Offeror Representation and Certifications-Commercial Item (JUL 2009) All offerors shall include a completed copy of or complete electronic annual representations and certifications at http//orca.bpn.gov as below: FAR 52.216-21 - Requirements (Oct 1995) FAR 52.222-3- Convict Labor (June 2003) (Executive Order 11755). FAR 52.222-19- Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (Executive.Order 13126). FAR 52.222-21- Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26 -Equal Opportunity (Mar 2007) (Executive Order 11246). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). FAR 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). FAR 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). FAR 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/PHA/GS-00P-11-CY-D-0086/listing.html)
 
Place of Performance
Address: 1800 F STREET, NW, Washington, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN02508763-W 20110725/110723233346-09a9e65d83e316309f03aafce2b230ad (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.