SOLICITATION NOTICE
U -- Bystander Training
- Notice Date
- 3/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 976 William H. Wilson Ave, Fort Stewart, GA 31314
- ZIP Code
- 31314
- Solicitation Number
- W9124M-14-RS-5020
- Response Due
- 3/24/2014
- Archive Date
- 9/20/2014
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- 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.The solicitation number is W9124M-14-RS-5020 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 813410 with a small business size standard of $7.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-03-24 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT STEWART, GA 31314 The MICC Fort Stewart requires the following items, Meet or Exceed, to the following: LI 001: Train-the-trainer seminar...The Service Provider shall provide a train-the-trainer seminar utilizing the ?Bystander Approach? to selected Army personnel. The Seminar shall address the global issues of sexism ? especially men?s violence against women in order to educate, inspire and empower soldiers to prevent, interrupt and respond to sexist abuse in the effort to prevent all forms of violence against women ? including rape, battery, sexual assault, and sexual harassment. b) The bystander approach to training shall address the precursors to more serious aggression by training bystanders to recognize low-level aggression, such as sexual harassment and sexual pressure, and to intervene before the situation escalates to become seriously injurious. The Program shall address a continuum of interpersonal aggression,from low-risk or ?micro aggressions? (e.g. joking of sexual nature, sexual harassment) to high-risk behaviors (e.g., pushing, hitting, inter personal violence, rape and dating violence). c) Training will raise the awareness of Soldiers about the continuum of behaviors that can lead to sexual harassment, sexual assault and other forms of abuse. d) Training will challenge Soldiers to play an active role in reducing sexual violence,harassment, and abuse, and discourage them from being passive bystanders. e) Training will empower Soldier leaders to mentor and educate their peers and younger Soldiers in these issues. The service provider must be able to tailor training products and classroom scenarios to the specific needs of the brigade through direct coordination with the Bystander Intervention initiative NCOIC., 1, EA; LI 002: Travel and Incidentials. Rental Car, Lodging, Travel and Meals FLIGHT ROUND TRIP Training must be conducted during a two, three(3) day periods between 1-30 Apr 2014, or any single 3 day period utilizing two teams of instructors during the same period, 6, EA; LI 003: PREPARATION OF MATERIALS, 1, EA; LI 004: FACILITATOR CONSULTING FEE, 1, EA; LI 005: LICENSING FEE FOR 60 PARTICIPANTS, 60, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Stewart intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Stewart is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. DFAR 252.211-7003, Item Identification and Valuation Reference: http://farsite.af.mil This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) Shipping charges shall be included in the purchase cost of the products. Sellers shall deliver the products on the own conveyance to the location listed on the purchase order. No partial shipments unless otherwise specified at time of order. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL To request a questions and answers summary please email clientservices@fedbid.com or submit a request through the "submit a question" feature. The Government will award one contract resulting from this RFQ to the responsible offer, whose quote, conforms to this RFQ, and will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical: submit required qualifications and Course curriculum. The Government will make award to the vendor who offers the curriculum/course outline for the Bystander Training based on: a. The outcomes specified in Paragraph 3 of the Statement of workb. Provide sufficient staff to ensure that this requirement is performed efficiently, accurately, on time, and in compliance with the requirements of this document. c. Provide an experienced staff who has presented to audiences consisting of Military Personnel in interactive settings. The presentation must be inclusive with consideration of a Train?the?Trainer environment. d. Provide a experienced staff who has an extensive background and familiarity of topics such as healthy dating, communication, respect, sexual assault awareness and bystander intervention and is certified to conduct Train?the? Trainer Training. 2. Price: ( all CLINS filled out above, unit price & total price) 3. PAST PERFORMANCE (PP) Information: Offerors shall list not more than three (3) references of recent (within the past 3 years from the issuance date of the solicitation) and relevant (similar in scope and magnitude) contracts. Similar in scope means that the work must have been for Train?the?trainer training provided to a DoD or similar military organization, Department of the Army being preferred.. Similar in magnitude means the presentations must have been in regards to bystander intervention. Any/all references received beyond the maximum number will not be evaluated. Each reference should include: (i) Name of customer or contracting activity (ii) Point of Contact (POC) name, valid phone number and email address(iii)Contract title/Contract identification number (iv) Location (v) Annual Contract Value/Amount (vi) Period of Performance (vii) Description of work performed (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f9d8412fd29045ebd7d993e86831b6d2)
- Place of Performance
- Address: FORT STEWART, GA 31314
- Zip Code: 31314-5185
- Zip Code: 31314-5185
- Record
- SN03311838-W 20140316/140314235218-f9d8412fd29045ebd7d993e86831b6d2 (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 |