Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 26, 2014 FBO #4780
SOLICITATION NOTICE

U -- National Intelligence University (NIU) European Faculty - Package #1

Notice Date
12/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, DIA Bolling AFB, Bolling AFB, Bldg. 6000, AE-2, Washington, District of Columbia, 20340-5100
 
ZIP Code
20340-5100
 
Solicitation Number
HHM402-15-R-0017
 
Archive Date
2/7/2015
 
Point of Contact
Yvonne Bynum, Phone: 2022314506, NEHEMIAH PRYOR, Phone: 2022312670
 
E-Mail Address
yvonne.bynum@dodiis.mil, nehemiah.pryor@dia.mil
(yvonne.bynum@dodiis.mil, nehemiah.pryor@dia.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
HHM402-15-R-0017_SECTION M OF SOLICITATION HHM402-15-R-0017_SECTION L OF SOLICITATION HHM402-15-R-0017_SOLICITATION with SOW This is a combined synopsis/solicitation for non-personal services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will be issued. Solicitation number HHM402-15-R-0017 is issued as a Request for Proposal (RFP). This solicitation incorporated provisions and clauses are those in effect through the Federal Acquisitions Circular 2005-38. The North American Industry Classification System (NAICS) code is 611710 and the business size standard for this NAICS is $15 million. This procurement is a 100% total small business set-aside. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at (http://www/sam.gov). The Period of Performance is for a Base Period of Twelve (12) months from the date of award with four (4) twelve month option periods. CLIN Structure and Period of Performance are as follows: CLIN 0001: Base Year: 12 months Total Labor: European Faculty Period of Performance: 02/21/2015 through 02/20/2016 CLIN 1001: Option Year 1: 12 months Total Labor: European Faculty Period of Performance: 02/21/2016 through 02/20/2017 CLIN 2001: Option Year 2: 12 months Total Labor: European Faculty Period of Performance: 02/21/2017 through 02/20/2018 CLIN 3001: Option Year 3: 12 months Total Labor: European Faculty Period of Performance: 02/21/2018 through 02/20/2019 CLIN 4001: Option Year 4: 12 months Total Labor: European Faculty Period of Performance: 02/21/2019 through 02/20/2020 This requirement is for a non-personal service providing European Faculty support to the National Intelligence University (NIU). The proposer shall provide current curriculum vitae (CV) with proposal insuring that the special qualifications that are addressed in the statement of work (SOW). General Faculty Criteria: -- Contractor faculty must be qualified to teach one NIU core or College of Strategic Intelligence (CSI) program course, and at least one elective course existing in the NIU Catalog in addition to his or her specialty area. NIU core courses comprise: MCR-607 Intelligence Reasoning and Analysis, MCR-611Intelligence and National Security Policy, MCR-635 Leadership and Management in the Intelligence Community, and MCR-606 Critical Thinking and Intelligence. CSI program courses comprise: MSI-615 Deconstructing Strategy, MSI-609 Intelligence Collection (Compound Eye), MSI-601 Globalization, and MSI-603 Social Analysis and the Spectrum of Conflict. Lesson plan guidance for core classes will be provided by the government. Specific Faculty Criteria: -- To obtain a European Instructor Faculty to teach specific requirement core courses comprise: MSI-679, Europe: Intelligence Partner and Analytic Subject and MSI 627, Engaging International Partnerships. Lesson plan guidance for specific classes will be provided by the government. Note: due to ongoing review and upgrading of curriculum, course numbers and titles may change, but the essence of the core and program course requirements will remain the same. Contractor Research Faculty must be qualified to conduct research using state of the art academic methods from a relevant major field of study. In addition, contractor Research Faculty must be able to teach research methods at the graduate level. The Virginia Contracting Activity intends to award a Firm Fixed Price (FFP) type contract. The Government intends to award a single contract to the responsible Offeror whose conforming to the solicitation will be the most responsive, responsible Offeror whose offer represents the Lowest Price Technically Acceptable proposal in accordance with the SOW, Addendum 52.212-1 Instructions to Offerors and Addendum 52.212-2 Evaluation and the DD form 254 to the Government. All proposals that are received after the due time and due date will be unacceptable! Per FAR 52.212-2 the Government reserves the right to make award without discussions. The following Federal Acquisition Regulations (FAR) provision and clauses are applicable to this solicitation by reference: 52.212-1 Instructions to offeror - Commercial Items; 52.212-2 Evaluation- Commercial Item; 52.212-3 Offer Representation and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items; 52-219-6 Notice of Total Small Business, with the following FAR clauses and provisions being cited as applicable to this acquisitions; 52.222-19 Child Labor Cooperation with Authorities; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contract and Compliance Reports; 52.222-25 Affirmative Action Compliance, 52.222-26 Equal Opportunity; 52.222-35I Equal Opportunity for Special Disabled Veterans, 52.222-35 Equal Opportunity for Veterans; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other eligible Veterans; 52.232-18 Availability of Funds; 52.232-33 Payment by Electronic Funds Transfer - Center Contractor Registration; FAR 52.243-1 changes - Fixed Price Alternate I, FAR 52.246-4 Inspection of Services - Fixed Price; FAR52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract. The following DFARS clauses and provisions apply to this solicitation and are hereby incorporated: 252.212-7000 Offeror Representations and Certification - Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission; 252.232-7010 Levies on contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Request for Equitable Adjustment and Local Clause 1052.232-90 Invoice Procedures: Electronic Invoicing Requirement Invoicing Procedures and Payment; 1052.232-90I Invoice Procedures: Electronic Invoicing Requirement Invoicing Procedures and Payment. All Clauses and Provision may be found in full text at the following website: http//farsite.hill.af.mil. All questions and inquiries concerning this RFP must be submitted no later than 12:00 PM (NOON) EST on Wednesday, 07 January 2015. Please submit all questions and inquiries to Ms. Yvonne Bynum at yvonne.bynum@dodiis.mil and Mr. Nehemiah Pryat at nehamiah.pryor@dodiis.mi. All proposals, electronic copies, shall be delivered no later than 12:00PM (NOON) EST on Friday, 23 January 2015 to yvonne.bynum@dodiis.mil and Nehmiah.Pryor@dodiss.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/Bolling/HHM402-15-R-0017/listing.html)
 
Place of Performance
Address: National Intelligence University (NIU), Bolling Air Force Base, Bldg 6000, Washington, District of Columbia, 20340-5100, United States
Zip Code: 20340-5100
 
Record
SN03604712-W 20141226/141224233829-e9267c3a9d6560d228f1ac49691e3bff (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.