Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2011 FBO #3591
SOLICITATION NOTICE

70 -- CQC TRACKER

Notice Date
9/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-11-T-0303
 
Archive Date
10/13/2011
 
Point of Contact
Tina Ford, Phone: 757-893-2865
 
E-Mail Address
tina.ford@vb.socom.mil
(tina.ford@vb.socom.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ); solicitation number is H92244-11-T-0303 and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 04 Aug 2011. This procurement is 100% total service disabled veteran owned small business(SDVOSB) set aside and the associated North American Industrial Classification Code (NAICS) is 541511 with a business size standard $25M. The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B: Schedule of Supplies/Services: CLIN 0001 CQC Tracker Eval and Recording Application V2.0 - local hosting. Includes In Run recording module. 1 year license, unlimited users See statement of work attached for extended description CLIN 0002 CQC Tracker Peer Eval module, unlimited users. Delivery 45 days ARO. Deliver to: 1636 Regulus Ave. Virginia Beach, VA 23461 Section C: Statement of Work: Operational Deficiency: NSWDG has a limited capability and desires to employ a student tracking program. The program shall track a student's performance during training on commercial MAC products. Selection and Training already has an existing product that is being considered v1 and needs to update the system with a v2. Any updates to the system will have to coincide with the existing program. Description and Justification: Upgraded v2.0 shall provide the capability to track a student's performance in practical physical exercises simultaneously as the violation takes place. The recording application will allow the instructor to note exactly what the violation was and where it happened during the run. During debriefs the Instructors will be able to bring up the floor plan and brief each individual's violations. Having this capability will better inform the students and the trainers as to what happened in the room for correction of mistakes and safeties. The Peer Eval module is an electronic format that records and graphs all of the data that is placed into it by each one of the students about their peers. Having both of these capabilities will cut down significant man hours and better inform the trainers/students of each individual's performance. Overall the program shall improve the way we teach and store data on the students and is the continuation of allowing the Training Dept to go paperless and store historical date on every student for safety, history, statistics and transfer to the Command Training Database. WHAT NSWDG CURRENTLY HAS FOR SOFWARE (VERSION 1) VERSION 1 CONSIST OF: • Program that works with MAC products ( Ipads, Mac Air, etc.) • Internal network that allows all of the Ipads and computers to sync off of each other • Record 50 plus performances and violations with an easy to use touch screen with a quick touch screen • Record multiple students at once • Add and take away Performances, safeties, and names • The ability to edit and organize students into teams or other groups deemed fit • Records with a date and time stamp • Once recorded it graphs the names with the number of safeties and performances. The List can be generated from the most amounts of safeties and performances to the least. Also the graph will have the ability to be observed at daily, weekly and per training block. • All violations have a value that generates a score that is graphed • Safeties and performances will also be recorded into an outlook calendar recording the violations daily marking safeties in red and performances in blue. • The ability to modify any of the violations • Once recorded the violations will become a default counseling statement that has the violation recorded on it as well as other information deemed necessary by those in charge • All calendars and counseling statements will be printable daily, weekly, monthly, and by training block • During each block the running tally of individuals involved is updated as students are no longer in the program • A percentage of a students total progress is tallied • Specific violations can show up on the graph for a quick reference • The program is an Ipad application for speed purposes, to allow it to be recorded quickly • The program shall be easily customizable to suit our needs, as required WHAT WE NEED TO UPDATE OUR CURRENT SYSTEM (VERSION 2): Floorplan and Peer eval (version 2) • Floorplan and peer eval needs to interface with our existing program on the MAC based system. • The program shall be easily customizable to suit our needs, as required • Floor Plan o Load individual floor plans that can be modifiable to include barricades, targets and unknowns o Easy to use touch screen with floor plans that allow the individual to drag names onto the floor plan and record there violations as it occurs o Once violation occurs it needs to coincide with the existing graph and counseling statements we have on version 1. • Peer Eval o Have the ability for the student to log in on a secure page that doesn't show trainer information. Once logged on, fill out the form being asked of them. o All of the information that the student entered will be graphed into a top 5 bottom 5 graph. o Once the information has been added by the student, the trainer can log on and have the ability to see what was written by clicking on the individuals name within the graph. o The ability to make up questions and add it to the original form. o Record all of their answers in a history log Company • Shall have an understanding of Special Operating Forces (SOF) tactics and procedures • Shall of worked with in the SOF community with programs similar CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jun 2010 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) May 2011 FAR 52.219-27 Notice of Total Service Disabled Veteran Owned Small Business Set-Aside May 2004 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.232-36 Payment by Third Party Feb 2010 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes-Fixed Price Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug 2008 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jun 2011 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Aug 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2009 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT: Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order : Technical approach, past performance, price and delivery. Government will award this contract based on best value to the government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) Alternate 1 (MAY 2011) FAR 52.252-2 Clauses Incorporated By Reference ( FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Contractor shall provide concept drawings and written description of how proposal complies with all requirements specified in this solicitation. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Tina Ford, Contract Specialist; Email address: tina.ford@vb.socom.mil; phone (757) 893-2865; fax (757) 893-2957; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Point of contact for this procurement is Tina Ford at tina.ford@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by email at tina.ford@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Tina Ford (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 09:00 a.m. Eastern Standard Time (EST) on Wednesday, 28 September, 2011. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offerer must be registered with the Central Contract Registration (CCR) to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-11-T-0303/listing.html)
 
Place of Performance
Address: Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN02589074-W 20110924/110923000512-24ec25f30ba86806ed443807986fec5e (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.