Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2014 FBO #4569
MODIFICATION

U -- Structure Collapse Venue Site (SCVS) - Rubble Pile requirement Vigilant Guard 2014

Notice Date
5/27/2014
 
Notice Type
Modification/Amendment
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-14-R-0003
 
Response Due
5/29/2014
 
Archive Date
7/26/2014
 
Point of Contact
Robert Parvin, 913-684-1613
 
E-Mail Address
USPFO for Kansas
(robert.parvin@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(ii) This solicitation #W912JC-14-R-0003 is issued as a Request for Proposal (RFP). (iii) Federal Acquisition Circular: This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-72 effective as of 30 January 2014. (iv) NAICS code: The corresponding NAICS code for this solicitation is 611699 quote mark All Other Miscellaneous Schools and Instruction quote mark with a size standard of $10.0 million (PSC of U009 Education/Training and General). An Offeror must be registered on the System for Award Management (SAM - formerly known as CCR) before an award could be made to them. If a company is not registered in SAM, they must do so by going to SAM web site (https://www.sam.gov) and registering prior to submission of a proposal. This requirement is being advertised as a quote mark Total Small Business quote mark Set Aside. (v)Contract Line Items: ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00011Job ECMRA Contract Manpower Reporting FFP The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on quote mark Department of the Army CMRA quote mark icon. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website quote mark. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00021Job SCVS / Rubble Pile Services FFP The contractor shall provide all labor, equipment and material to support the Performance Work Statement (PWS) requirements (see attached). FOB: Destination NET AMT (vi)Description of Requirement: The Contractor shall provide an initial rubble pile set and resets throughout the training period to include a final reset after the close of training. The Contractor shall complete these tasks under this contract at Crisis City located in Lindsborg, KS. These tasks will be performed in support of the Vigilant Guard 2014 disaster response exercise hosted by the Kansas National Guard with participants from National Guard regional partners from Missouri, Nebraska, Oklahoma and Iowa as well as other key Federal, State, County and other local agencies. (See Appendix PWS for full requirement). (vii) Date(s) and Place of Delivery and Acceptance: CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 31-OCT-2014 1 W90LTD MSG WILLIE CARTER (COR) KANSAS TRAINING CENTER SALINA KS 67401 785-274-1548 FOB: Destination W90LTD 0002 POP 11-JUN-2014 TO 07-AUG-2014 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination W90LTD (viii) FAR 52.212-1: Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must comply with the following commercial item terms and conditions. Offeror shall separate their Technical Proposal, Past Performance, and Pricing on separate documents (reference paragraph xiii). VOLUMETITLE HARD COPIES DIGITAL COPIES REDACTED COPIES ATechnical Proposal01 1 BPast Performance01 0 CPrice Proposal 01 0 DAttachments 01 0 **The submission of business handouts, brochures or other company literature is neither required nor desired. ** VOLUME A - Technical Proposal: All submissions shall be in 12 point font in Times New Roman and may be in 10 point font for charts or illustrations. Page Limitation for Technical Proposal not to exceed 20 pages. The Offeror shall provide one electronic copy of their technical proposal as a redacted copy which means that it shall be free of any identifying Company Logos, Company Name, Names of Individuals, or other descriptive information that will identify the Offeror's proposal. The Offeror shall also provide an un-redacted copy. No pricing information shall be included with the Technical Volume submission. **Offeror shall only submit a redacted copy for their Technical Proposal** TAB i. - Task 5.2 Initial Set and Reset(s) of the SCVS (Rubble Pile): - The Offeror shall propose a Schedule of Events (basic timeline) narrative containing realistic expectations for the initial set of the Crisis City Rubble Pile to achieve the initial set (i.e. how will you accomplish this work versus a statement that you will accomplish this work). The schedule shall not contain calendar dates but instead must demonstrate their plan listed as days (e.g. Day 1 - Post Award Orientation). - The Offeror shall also include their plan for resets throughout the Vigilant Guard Exercise that specifically address how they will maximize training (i.e. how will your company intend on the coordination of resets throughout the exercise) on the pile while maintaining a safe training environment. TAB ii - Task 5.3 Provide SCVS Subject Matter Experts/Training Support Personnel for KS VG-14: - The Offeror shall address their plan for providing the Subject Matter Experts required in Task 5.3 of the PWS. Resumes are neither desired nor required, and no specific names shall be provided. - The Offeror shall identify their SMEs by which area of expertise they possess and how many years of experience they possess to include what type if any certifications that are applicable. TAB iii - Quality Control Plan (Summary Overview): - The Offeror shall submit an overview of their proposed Quality Control Plan to address their quality control organization, the responsibility for surveillance of work, acceptance, rejection, documentation, corrective actions and reporting procedures to include interface with Government inspectors and contract closeout procedures. - The Offeror shall indicate their Quality Control Representative's position in the company hierarchy. VOLUME B - Past Performance: The 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. Not more than five (5) projects within the prescribed time period shall be submitted. All data must be accurate, current and complete, to include the DUNS number, Cage Code, and two (2) Points of contact in order to serve as references for each project. VOLUME C - Price Proposal: The offeror shall submit a price in both CLIN #0001 and the option CLIN #0002 under paragraph (v) in this notice prior to the scheduled closing complete with the required non-cost submissions stated above in paragraph A and B. FAR 52.212-2: Evaluation of Commercial - This acquisition shall be evaluated utilizing Simplified Acquisition Procedures as outlined in FAR subpart 13.106-2. This acquisition will be awarded to the Lowest Priced Technically Acceptable offeror who conforms to the solicitation requirements; and whose proposal is judged as quote mark Acceptable quote mark in both the Technical and Past Performance submissions and provides the lowest evaluated price. A proposal that receives a rating of quote mark Unacceptable quote mark in either non-cost factor will not be eligible for award. VOLUME A - Technical Proposal: Shall be evaluated to assess the offeror's understanding of the project and will be rated on an Acceptable or Unacceptable basis. The Offeror is cautioned that merely re-stating they will meet the technical requirements of this Solicitation is not adequate for a response and may be found technically unacceptable if such a response is received. TAB i. - Task 5.2 Initial Set and Reset(s) of the SCVS (Rubble Pile): - Schedule of Events (basic timeline): The Offeror will be evaluated on their ability to demonstrate their understanding of this project by how will you accomplish this work versus a statement that you will accomplish this work through their proposed schedule of events to satisfy the initial set of the rubble pile. - Reset plan throughout the Vigilant Guard Exercise: The Offeror will be evaluated on their ability to specifically address how they will maximize training through the coordination of rubble pile resets throughout the exercise while maintaining a safe training environment. TAB ii - Task 5.3 Provide SCVS Subject Matter Experts/Training Support Personnel for KS VG-14: - Subject Matter Experts: The Offeror will be evaluated by their ability to provide SMEs by which area of expertise they possess and how many years of experience they possess to include what type if any certifications that are applicable. TAB iii - Quality Control Plan (Summary Overview): - The Offeror shall submit an overview of their proposed Quality Control Plan to address their quality control organization, the responsibility for surveillance of work, acceptance, rejection, documentation, corrective actions and reporting procedures to include interface with Government inspectors and contract closeout procedures. - The Offeror shall indicate their Quality Control Representative's position in the company hierarchy. VOLUME B - Past Performance: Recency and Relevancy shall be evaluated on an Acceptable or Unacceptable basis. i. Recency Assessment. An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the three (3) years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. ii. Relevancy Assessment. To be relevant, the effort must be of similar in nature of work, size, magnitude, complexity and scope. The Government will conduct an evaluation of all recent performance information obtained to determine if it is the same or similar in nature, size, and complexity to the services/products being procured under this solicitation. A relevancy determination of the Offeror's past performance will be made. The past performance information provided and information obtained from other sources not provided may be utilized to establish the degree of relevancy of past performance. VOLUME C - Price Proposal: The Contracting Officer shall utilize Simplified Acquisition Procedures as stated in FAR Subpart 13.106-2 and/or portions of FAR Part 15 in order to determine fair and reasonable pricing. (ix) Offeror's Representations and Certifications must be updated and current through the offeror's SAM registration which may be referenced at https://www.sam.gov. The offeror shall provide a statement that the SAM registration is current and includes NAICS 611699 quote mark All Other Miscellaneous Schools and Instruction quote mark with a size standard of $10.0 million. (x) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specific checked clauses apply as follows: - 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) - 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) - 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) - 52.219-28, Post Award Small Business Program Representation (Jul 2013) - 52.222-3, Convict Labor (June 2003) - 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) - 52.222-21, Prohibition of Segregated Facilities (Feb 1999) - 52.222-26, Equal Opportunity (Mar 2007) - 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) - 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) - 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (Nov 2012) - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) - 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) - 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services - Requirements (Feb 2009) The full text of a FAR clause may be accessed electronically at http://farsite.hil.af.mil/. Additional applicable FAR/DFARS/Local clauses incorporated by reference: 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity JAN 1997 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.204-1 Approval of Contract DEC 1989 52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.222-4 Contract Work Hours and Safety Standards Act - Overtime Compensation JUL 2005 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services--Certification NOV 2007 52.223-6 Drug-Free Workplace MAY 2001 52.223-10 Waste Reduction Program MAY 2011 52.227-1 Authorization and Consent DEC 2007 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-23 Assignment Of Claims JAN 1986 52.232-25 Prompt Payment JUL 2013 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.242-13 Bankruptcy JUL 1995 52.243-1 Changes--Fixed Price AUG 1987 52.246-4 Inspection Of Services--Fixed Price AUG 1996 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies DEC 2008 252.232-7010 Levies on Contract Payments DEC 2006 52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay Of Work APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.246-7000 Material Inspection And Receiving Report MAR 2008 252.247-7023 Transportation of Supplies by Sea JUN 2013 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 (xii) Additional Requirements: - Offeror's proposal The Offeror's Proposal (Technical, Past Performance and Pricing) shall be submitted to the Government as a separate Microsoft Word Document (2003 or later), reference paragraph (xv) for mailing address. Each VOLUME shall be submitted as a separate document. - FOB Destination CONUS (Continental U.S.) - Offeror shall review, complete and sign as applicable both Attachment #1 and #2, then return with their proposal in electronic form with their proposal on a separate Microsoft Word Document. (xiii) DPAS: Not Applicable (xiv) Date, time and place offers are due: The revised Request for Proposal shall be submitted by electronic mail or courier service to MAJ Robert Parvin at robert.m.parvin.mil@mail.mil or 2737 South Kansas Ave, Topeka, KS 66611-1170 via electronic copy (CD) not later than 29 May 2014 at 6pm Central. (xv) VOLUME D Attachments: - Attachment #1 OCI Disclosure - Attachment #2 SCA Exemption for Certain Services (xvi) Performance Work Statement with SCVS Concept Drawing Appendix included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-14-R-0003/listing.html)
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
 
Record
SN03376404-W 20140529/140527234244-0c7634bbe191541371340036c8822c5c (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.