Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2013 FBO #4260
SOLICITATION NOTICE

U -- The Midwest Counterdrug Training Center has requested Tactical Prisoner Debriefing Courses.

Notice Date
7/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-13-Q-0005
 
Response Due
8/22/2013
 
Archive Date
9/20/2013
 
Point of Contact
Renee Rausch, 515-252-4615
 
E-Mail Address
USPFO for Iowa
(renee.rausch@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number W912LP-13-Q-0005. All proposals shall reference the RFQ number and shall be submitted by 9:00 a.m. local (central) time on 22 August 2013. The anticipated award date is 27 August 2013. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-68, dated 26 June 2013. This acquisition is being advertised using Full & Open Competition. The North American Industry Classification System Code (NAICS) 611519 size standard of $14.0m. Contract line item numbers and quantities: CLIN 0001, Base Period (FY 13) for Tactical Prisoner Debriefing, 10 course iterations; CLIN 0002, Base Period (FY 13) Contractor Manpower Reporting (CMR); CLIN 0003, Option Year #1 (FY 14) for Tactical Prisoner Debriefing, 6 course iterations; CLIN 0004, Option Year #1 (FY 14) CMR; CLIN 0005, Option Year #2 (FY 15) for Tactical Prisoner Debriefing, 6 course iterations; CLIN 0006, Option Year #2 (FY 15) CMR; CLIN 0007, Option Year #3 (FY 16) for Tactical Prisoner Debriefing, 6 course iterations; CLIN 0008, Option Year #3 (FY 16) CMR; CLIN 0009, Option Year #4 (FY 17) for Tactical Prisoner Debriefing, 6 course iterations; CLIN 0010, Option Year #4 (FY 17) CMR. Vendors shall review the Performance Work Statement for a detailed list of course requirements and items to be submitted as part of their quote. The prices provided for each of the CLINS above shall include all labor, material, travel costs, taxes and fees, supervision, and associated services to carry out the Midwest Counterdrug Training Center's (MCTC) mission requirements as defined in the Performance Work Statement. Clarification for CLINS 0002, 0004, 0006, 0008, and 0010: Every vendor is allowed a one-time fee for compliance with Contractor Manpower Reporting (CMR). Contractor Manpower Reporting is an Army Initiative and System that was implemented on Mar 8, 2005. It is a business process designed to obtain better visibility of the contractor service workforce from Contractors supporting the Army. The process was created to collect information on funding source, contracting vehicle, organization supported, mission and function performed, and labor hours and costs for contracted efforts. Contractor Manpower Reporting (CMR) is a mandatory Department of Defense directive that must be submitted annually for work actually performed. No report of any kind is required during the solicitation phase of the procurement, although the Offeror must price the CMR CLINS, agreeing to the delivery of the report pursuant to the award of the Purchase Order. The vendor may opt to provide pricing for the CMR CLINs or opt to complete the CMR Reporting at no cost to the Government. However; as a clear indication of the Offeror's intention, pricing must be represented with a numerical value ($0.00 if the Offeror opts to complete the reporting at no cost). The proposed price for the CMR Reporting fee will be included in the price evaluation. Please read the implementation language that follows; it will include the web-site address in which the information is entered. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection costs; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 Oct of each calendar year, or 30 days after the last day of the period of performance. IMPORTANT- Information must be reported by the aforementioned deadline and before the submission of any invoices. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. The CMRA web site maintains a quote mark Frequently Asked Questions and Answers quote mark https://cmra.army.mil/ that is updated periodically. Any technical or implementation questions not addressed on this site can be discussed and coordinated through the CMR Help Desk at 703-377-6199, or https://cmra.army.mil. The following provisions apply to this solicitation by reference: 52.212-1, Instructions to Offerors - Commercial Items; 52.217-5, Evaluation of Options; 252.204-7011, Alternative Line Item Structure; and 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. The following provisions apply to this solicitation by full text: 52.212-2, Evaluation - Commercial Items: (a) The Government will award a firm-fixed priced 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. Best Value is the most advantageous offer, price and other non-cost factors (to include technical and past performance) considered with the Government's stated importance of evaluation criteria. The Technical factors will include Course Content and Offeror/Instructor Qualifications. Technical and Past Performance factors are approximately equal; when combined, Technical and Past Performance factors are approximately equal to Price. The Government intends to evaluate proposals and award a contract without discussions, therefore, Offeror's initial proposal should contain the Offeror's best terms from a cost or price and technical standpoint. (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). The following Certifications and Representations apply to this solicitation by full text: The following certification provisions must be completed on the quote mark Certification Document quote mark attachment- 52.212-3 (Alt 1), Offeror's Representations and Certifications, Commercial Items and 252.209-7995 (Deviation), Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Commercial Items. The following clauses apply to this solicitation by reference: 52.203-3, Gratuities; 52.204-4, Printed or Copied-Double Sided on Post-consumer Fiber Content Paper; 52.212-4, Contract Terms and Conditions - Commercial Items; 252.201-7000, Contracting Officer's Representative; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.204-7004, Alternate A, System for Award Management; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7002, Request for Equitable Adjustment; 252.244-7000, Subcontracts for Commercial Items. The following clauses apply to this solicitation by full text: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items; The following optional clause under subparagraphs (b) & (c) are incorporated by reference within 52.212-5: 52.203-6 (Alt 1), Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; and 52.222-43, Fair Labor Standards Act and Service Contract Act- Price Adjustment. The following clauses also apply to this solicitation by full text: 52.217-8, Option to Extend Services: The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days; 52.217-9, Option to Extend the Term of the Contract: (a) The Government may extend the term of this contract by written notice to the Contractor within 5 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 five years; 52.222-49, Service Contract Act-Place of Performance Unknown: a) This contract is subject to the Service Contract Act, and the place of performance was unknown for nine (9) of 10 iterations for the base year and for all six (6) iterations for the four (4) option years when the solicitation was issued. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by the beginning of each period of performance. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price; 52.232-19, Availability of Funds for the Next Fiscal Year: Funds are not presently available for performance under this contract beyond the base year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the base year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. All information relating to this solicitation to include the Performance Work Statement, Submission Requirements, Quality Assurance Surveillance Plan, Exhibit A1 (Past Performance Questionnaire Cover Sheet), Exhibit A2 (Past Performance Questionnaire), the Department of Labor Wage Determination, Certification Document, Synopsis Solicitation Amendments, and Questions and Answers will be posted to the Army Single Face to Industry (ASFI) Acquisition Business website located at https://acquisition.army.mil. Submit your completed and signed quotation along with all required completed representations and certifications from the quote mark Certification Document quote mark attachment, to: Iowa Army National Guard, USPFO-IA-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824 ATTN: SFC Tracy Canada, Contract Specialist by no later than 22 August 2013, 9:00 a.m. local (central) time. Point of Contact for this solicitation is SFC Tracy Canada, 515-252-4616, tracy.c.canada.mil@mail.mil. The alternate Point of Contact for this solicitation is Capt Renee Rausch, 515-252-4615, renee.g.rausch.mil@mail.mil. Formal communications such as Request for Clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be posted to https://acqusition.army.mil, which will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the e-mail address noted above no later than 20 August 2013, 9:00 a.m. local (central) time. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be written to a contractor who is registered in the System for Award Management (SAM) website located at https://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-13-Q-0005/listing.html)
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1824
 
Record
SN03123077-W 20130724/130722234557-26688e05d4ac21b6737b4484eac4100e (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.