Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
SOLICITATION NOTICE

R -- Purchase of contractor support services for the Army Joint Annual Exercise (AJAX) Management Information System (MIS).

Notice Date
12/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91WAW-12-R-0013
 
Response Due
1/20/2012
 
Archive Date
3/20/2012
 
Point of Contact
Juan Rendon, 703-428-0401
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(juan.c.rendon@us.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. Solicitation Number: W91WAW-12-R-0013 Notice Type: Combined Synopsis/Solicitation 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. The solicitation number is W91WAW-12-R-0013 and is issued as a Request for Proposal (RFP). Under this requirement, the Army Contracting Command--National Contract Region (ACC-NCR) intends to award a commercial, firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. The applicable North American Industry Classification Standard (NAICS) code is 541511. The small business size standard is $25M. This acquisition is a Small Business 100% Set Aside. ACC-NCR intends to purchase a full range of contractor support services for the Army Joint Annual Exercise (AJAX) Management Information System (MIS). The purpose of this effort is to obtain personnel, supervision, and other items and non-personal services necessary to provide technical support for the AJAX MIS and Analytical Support for Army Participation in the Joint Chiefs of Staff (JCS) Exercise Program and Joint Training as described in the attached PWS. The Government intends to award a Firm Fixed Price contract resulting from this combined synopsis/solicitation. The period of performance shall be for one Base year of 12 months and two 12- month options periods. The period of performance is anticipated to be: Base Period 02 February 2012 - 01 February 2013 Option Period One 02 February 2013 - 01 February 2014 Option Period Two02 February 2014 - 01 February 2015 The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: Factor I. Technical: Subfactor 1: Understanding of the requirement. The offeror's proposal will be evaluated to include the extent to which it demonstrates a sound understanding of the PWS requirements, provides a comprehensive approach to meeting the PWS requirements, identifies the risks in performance and describes the plan to successfully mitigate the risks. The proposal shall demonstrate the offeror's qualifications and experience in those areas that are relevant to the tasks described in the PWS. The offeror shall have sufficient fiscal and management resources on hand and available to begin and sustain work on the effort. The Quality Control Program will be evaluated for soundness and a reflection of a thorough understanding of the PWS. Subfactor 2: Personnel: The qualifications demonstrated in the resumes will be evaluated to determine whether the education and experience requirements have been met; whether the qualifications are relevant to the specific PWS task areas; and whether they have the ability to successfully perform the functions associated with a contract of this scale and scope. The qualifications of the key personnel set forth in the proposal will be evaluated as to their relevancy to this effort and have specific experience relative to the PWS task areas. Factor II. Past Performance: Past performance evaluation will assess the relative risks associated with an offeror's likelihood of success in performing the solicitation's requirements as indicated by that offeror's record of past performance. Proposals will be evaluated based on the contractor's relevant past performance record on similar federal, state, local and commercial contracts. When assessing performance risk, the Government will focus its inquiry on past performance of the offeror under existing and prior contracts over the past three (3) years as it relates to all solicitation requirements. The Government will conduct a performance risk assessment based on the quality, relevancy and currency of the offeror's past performance as it relates to the quality of the service, schedule, business relations, management of key personnel, compliance with security requirements, cost management/performance, and in successfully accomplishing the required effort. Quality of performance is defined as the level of past performance provided which will be used as an indicator of the offeror's likelihood of success. Relevancy is defined as the scope, magnitude, complexity, and similarity of offeror's past performance as it relates to this acquisition. A significant achievement, problem, or lack of relevant data in any element of the work can become an important consideration in the source selection process. Adverse Past Performance may result in an overall high-risk rating. Therefore, offerors are reminded to include all relevant past efforts, including demonstrated corrective actions, in their proposal. In the case of an offeror without a record of relevant past performance, the offeror will not be evaluated favorably or unfavorably on past performance. An "unknown risk" factor will be given. Offerors are cautioned that in conducting the performance risk assessment, the Government may use data provided in the offeror's proposal and data obtained from other sources. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offeror to explain the relevance of the data provided. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing relevant past performance rests with the offerors. The offer will be evaluated on the size, scope, and responsibility of the offeror in engagements relevant to the requirement in the PWS. The Government will evaluate overall satisfaction through information submitted by the Past Performance references. Factor III. Price: The Government will evaluate offers for award purposes by adding the total of all CLIN prices. FAR clause 52.217-8 will be included in the resulting contract. In order to evaluate this option price, the Government will include in the total evaluated price an amount equal to half of the price proposed by the offeror for the base period. Evaluation of options will not obligate the Government to exercise the option(s). Price will be evaluated for reasonableness using the techniques in FAR 15.404-1(b) (2). No adjectival ratings will be used to evaluate Price. The Technical Approach (Factor I) including subfactors and Past Performance (Factor II) will be evaluated using adjectival ratings. No adjectival ratings will be used to evaluate the Price (Factor III). For evaluation purposes, Technical Approach is significantly more important than Past Performance, and Past Performance is significantly more important than Price. Technical Approach and Past Performance when combined are significantly more important than Price. All sub-factors are listed in order of importance. To receive consideration for award, a rating has to be no less than "Acceptable" and has to be achieved for the Technical Approach factor and Sub-Factors. The degree of importance of cost as a factor will become greater depending upon the equality of the proposals for other factors evaluated. In the event that competing proposals are determined to be technically substantially equal, the total price will become the dominant factor. The following adjectival rating scales will be used to assess the offerors non-priced factors. The first scale is used for Technical Approach while the second scale is used for Past Performance. Factor I including Subfactor 1 - 2 will be rated using the following Adjectival Scale Technical Rating ColorRatingDescription Blue Outstanding Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. The proposal contains multiple strengths and no deficiencies. Purple Good Proposal meets requirements and indicates thorough approach and understanding of the requirements. The proposal contains at least one strength and no deficiencies. Green Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Proposal has no strengths or deficiencies. Yellow Marginal Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. Red Unacceptable Proposal does not meet requirements and contains one or more deficiencies and is unawardable. Factor II will be evaluated using the following Past Performance Relevancy Rating RatingDefinition Very Relevant Present/past performance effort involved, essentially the same scope and magnitude of effort and complexities this solicitation requires. Relevant Present/past performance effort involved, similar scope and magnitude of effort and complexities this solicitations requires. Somewhat Relevant Present/past performance effort involved, some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant Present/past performance effort inolved, little or none of the scope and magnitude of effort and complexities this solicitations requires. Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt 1 Offeror Representations and Certifications Commercial Items, Alternate I with their proposal (Full text of this clause starts on page 8). Also, in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. Other FAR/DFARS clauses inserted by reference: 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relation to Iran - Representation and Certification; 52.252-2, Clauses Incorporated by Reference ; DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; The following clauses cited within DFARS 252.212.7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply; 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The following clauses are incorporated by full text: 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2011) CLAUSE MUST BE FILLED OUT BY OFFERORS 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (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) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (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: (Contracting Officer check as appropriate.) _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). ___ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). ____ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ____ (8) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). ____ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (10) [Reserved] _X_ (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (12)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). ____ (14)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Oct 2001) of 52.219-9. ____ (iii) Alternate II (Oct 2001) of 52.219-9. ____ (iv) Alternate III (Jul 2010) of 52.219-9. ____ (15) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). _X_ (16) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (17) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (18)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ____ (ii) Alternate I (June 2003) of 52.219-23. ____ (19) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ____ (20) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (NOV 2011). ____ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (NOV 2011 _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (29) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). _X_ (30) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (31) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). _X_ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ____ (33) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (34)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (35) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (36)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ____ (ii) Alternate I (Dec 2007) of 52.223-16. _X_ (37) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (38) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). ____ (39)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). ____ (ii) Alternate I (Jan 2004) of 52.225-3. ____ (iii) Alternate II (Jan 2004) of 52.225-3. ____ (40) 52.225-5, Trade Agreements (NOV 2011) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (41) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (42) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (43) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (44) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ____ (45) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (46) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). ____ (47) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ____ (48) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). _X_ (49) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (50)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: (Contracting Officer check as appropriate.) _____ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (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) (Sep 2009) (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 (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _____ (5) 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.). _____ (6) 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.). _____ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). _____ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall 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) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 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 U.S.C. 351, et seq.). (xi) 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.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 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 10 (ten) days of contract expiration. (End of clause) 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 42 months. (End of clause) 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (APR 2011) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541511 (2) The small business size standard is $25M (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern. (2) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (b)(3) of this provision.] The offeror represents as part of its offer that-- (i) It * is, * is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It * is, * is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(4)(i) of this provision is accurate in reference to the WOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern or concerns that are participating in the joint venture: ----.] Each WOSB concern participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (b)(4) of this provision.] The offeror represents as part of its offer that-- (i) It * is, * is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It * is, * is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(5)(i) of this provision is accurate in reference to the EDWOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern or concerns that are participating in the joint venture: ------------------.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern. (7) (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(6) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern. (8) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents, as part of its offer, that-- (i) It * is, * is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It * is, *is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (b)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: --------.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern," means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern," means a small business concern -- (1) That is at least 51 percent owned by one or more women; in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)", means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of provision) AMC-LEVEL PROTEST PROGRAM (NOV 2008) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. 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 Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8666 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://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) The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. Interested firms may identify their interest and capability to respond to the requirement and submit a proposal. All responsible sources that submit an offer will be considered. Proposals are due on 15 January 2011NLT 3:00PM EST. The offeror's proposal shall be submitted electronically. The offeror's proposal shall consist of three separate volumes: The Volumes are I-Technical, II-Past Performance, and III -Price. Files shall not contain classified data. The intent of this standardized format is not to limit creativity. Creativity is permitted within the parameters below to allow the Government a more fair and easy assessment of offers. There is a 90 page limitation for the proposal. Each volume shall clearly be identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. A Table of Contents should be created using the Table of Contents feature in MS Word. MS Word (.doc) files shall use the following page setup parameters. Margins - Top, Bottom, Left, Right - 1" Gutter - 0" From Edge - Header, Footer - 0.5" Page Size, Width - 8.5" Page Size, Height - 11" The following additional restrictions apply: Each paragraph shall be separated by at least one blank line. A standard, 12-point minimum font size applies. New Times Roman fonts are required. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Page Count. The page count is as follows: Proposal PartPage Count Volume I - TechnicalNTE 50 pages, excluding covers, title pages, executive summaries, and table of contents and supporting documentation. Volume II - Past PerformanceNTE 40 pages Volume III- Price No Page Limitation Those pages that exceed the page counts for each volume or attachment will not be evaluated. If there are more than forty-five (45) lines of text on any page, the sum of the additional lines will be removed from back to front of the particular volume or attachment and will not be evaluated. Content Requirements. All information shall be confined to the appropriate volume. The offeror shall confine submissions to essential matters, sufficient to define the proposal details, in a concise manner, to permit a complete and accurate evaluation of each proposal. Each volume of the proposal shall consist of a Table of Contents, Summary Section and the Narrative discussion. The Summary Section shall contain a brief abstract of the volume. Proprietary information shall be clearly marked. The following shall be included in the Narrative discussion: (i) VOLUME I -TECHNICAL The proposal shall include the offeror's methods and approach to adequately and completely consider, define, and satisfy the requirements specified in the solicitation and demonstrate that the offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. No pricing information is to be provided in the Technical Proposal. Sub-factor 1 - UNDERSTANDING OF THE REQUIREMENT -The offeror shall submit a proposal that demonstrates its understanding of the work described in the PWS and the extent to which potential risks are identified and mitigated. Offeror shall submit a Quality Control Plan that details how they intend to monitor, inspect, and correct deficiencies for the requirements of the PWS. The Government shall incorporate the QCP in the contract that will result from this solicitation. The QCP will no longer be considered proprietary and will be considered releasable under FOIA. Sub-factor 2 - PERSONNEL - The offeror shall submit the resumes of personnel who will be assigned to the contract. The qualifications demonstrated in the resumes will be evaluated to determine whether the education and experience requirements have been met; whether the qualifications are relevant to the specific PWS task areas; and whether they have the ability to successfully perform the functions associated with a contract of this scale and scope. The qualifications of the key personnel set forth in the proposal will be evaluated as to their relevancy to this effort and have specific experience relative to the PWS task areas. (ii) VOLUME II - PAST PERFORMANCE - The offeror shall submit relevant past performance records on similar federal, state, local and commercial contracts. The Government will focus its inquiry on past performance of the offeror under existing and prior contracts over the past three (3) years as it relates to all solicitation requirements. The Government will conduct a performance risk assessment based on the quality, relevancy and currency of the offeror's past performance as it relates to the quality of the service, schedule, business relations, management of key personnel, compliance with security requirements, cost management/performance, and in successfully accomplishing the required effort. (iii) VOLUME III - PRICE. The offeror shall complete the CLIN structure listed below, providing prices for the base and option years. The offeror shall not propose a price for the Other Direct Costs-Travel CLINs. Other Direct Costs-Travel shall be reimbursed in accordance with FAR 31.205-46 and the Joint Travel Regulation (JTR). The offeror shall provide the pricing in an electronic Excel spreadsheet file compatible with Microsoft Excel 2003. QTYUNITUNIT PRICETOTAL CLIN 0001 Services12Months FFP CLIN 0002 TravelCost COST CLIN 0003CMR1Each FFP OPTION YEAR 1 CLIN 1001Services12Months FFP CLIN 1002 TravelCost COST CLIN 1003CMR1Each FFP OPTION YEAR 2 CLIN 2001Services12Months FFP CLIN 2002 TravelCost COST CLIN 2003CMR1Each FFP Please submit all proposals electronically to SSG Juan Rendon. The name and e-mail of the individual to contact for information regarding this solicitation is: SSG Juan Rendon at juan.c.rendon@us.army.mil Place of Performance: Pentagon and/or National Capitol Region Further details regarding the requirement can be found in the attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/45977f420f8c964698289e6617d94ae5)
 
Place of Performance
Address: OFC DEP CH STAFF. G-3/5/7 1550 Crystal Drive Crystal Square Room 201 Crystal City VA
Zip Code: 22202
 
Record
SN02643896-W 20111223/111221235106-45977f420f8c964698289e6617d94ae5 (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.