Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2016 FBO #5202
SOLICITATION NOTICE

U -- Better Business Deals - Solicitation Attachments

Notice Date
2/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-16-R-0023
 
Point of Contact
Joshua A Kena, Phone: 9375224563, Michelle Provost, Phone: 9375224560
 
E-Mail Address
Joshua.Kena@us.af.mil, michelle.provost@us.af.mil
(Joshua.Kena@us.af.mil, michelle.provost@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Contractor Full-Time Equivalent Reporting Voluntary Protection Program Ordering Procedures Exemption From Application Of The Service Contract Labor Standards TO Contracts For Certain Services DFARS 252.209-7991 FAR 52.212-3 CLINS, Provisions and Clauses Quality Assurance Surveillance Plan Performance Work Statement Evaluation Criteria Instruction to Offerors This is a combined synopsis/solicitation which is expected to result in an award of a firm-fixed-price indefinite delivery/indefinite quantity contract for commercial items, i.e. Better Business Deals Workshops, as described under the paragraph below titled "Requirement." This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the combined synopsis/solicitation; (2) represents the best value to the Government, (3) price and other factors considered. The Government reserves the right to award without discussions or make no award at all depending upon the quality of proposals received. Combined Synopsis/Solicitation Number: FA8601-16-R-0023 NAICS Code: 611310 Small Business Size Standard: $27,500,000.00 Set Aside: N/A This Request for Proposals (RFP) incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-83, effective 03 September 2015; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 2150921, effective 21 September 2015; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2016-0406. Combined Synopsis/Solicitation Closing Date: Proposals must be received no later than 2:00p.m., EST, on 21 March 2016. Submit electronic proposals to Joshua Kena: joshua.kena@us.af.mil. Any correspondence sent via e-mail must contain the subject line "Combined Synopsis/Solicitation FA8601-16-T-0025." The entire proposal must be contained in a single e-mail, and is limited to 100 pages. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also, be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson. If sending an e-mail with attachments, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The e-mail filter may delete any other form of attachments. Address questions regarding this combined synopsis/solicitation, including AFI, FAR, and other references included herein, to Joshua Kena via e-mail at joshua.kena@us.af.mil. Requirements: The Contractor shall develop a workshop course called "Better Business Deals", provide academic instruction and perform in-depth research studies in support of the objectives of the course. The Contractor shall be an Association to Advance Collegiate Schools of Business (AACSB) accredited business school and deliver a course that addresses the "Better Business Deals" course topics listed below as well as current and emerging issues affecting DoD and Government business, with particular focus on aerospace acquisitions. The target audience for this Course/Workshop will be senior military and civilian acquisition professionals. Student's career grades will range from O-2 to O-6 for the military and GS-12 to GS-15 for the civilian attendees. Students include contracting managers, program managers, logisticians, engineers, financial managers and others, with 10-20+ years of experience and leadership positions in the Acquisition Community. The Contractor shall conduct research and analysis addressing Air Force requirements to improve business practices and develop and instruct training for implementing these practices. The contractor shall provide deliverables that meet specific requirements for tasks IAW individual task orders issued against an Indefinite-Delivery, Indefinite Quantity (IDIQ). The basic IDIQ contract will define the terms and conditions of the contract, the firm fixed price development price for the Better Business Deal course and the firm fixed price instruction price per course offering. Individual task orders issued against the basic IDIQ contract will implement the requirements and actual deliverables and capture costs for travel required applicable to contract performance. •The workshop content shall, at a minimum, answer the following questions: o The primary motivators of a for-profit businesses o How shareholders affect operational business decisions o Long and short and long term success measures defense industry businesses use o How executive compensation affect defense industry business decisions o The most effective incentives for defense industry companies and why they are the most effective incentives o How negotiation techniques affect the outcome of the business arrangement between the contractor and the government •Provide a Project Management Plan (PMP) within thirty (30) days of contract award that describes the proposed management approach, tasks to be performed, and a schedule for accomplishing the tasks for course development and delivery. The PMP will be submitted to the Project Manager (PM) for Government review. The Government requires that the Contractor be able to start delivering course instruction within 90 days of contract award. •Develop training material that allows an instructor to modify content to address any current issues/initiatives that are pertinent to the subject matter. The Contractor shall be responsive to current initiatives so that instructors can easily adjust material to address public law changes, new internal rules and regulations, and discussion threads to capture the shifting environment around them. Additionally, the Contractor shall select two or three of the major defense contractors in business at each location and use those financial statements for illustrations and/or exercises. Where possible, the contractor should use publicly disclosed financial statement for individual business units or other entities that provide more insight than a large, corporate parent. •Provide an initial delivery of instructional material to include syllabus, presentation material, and lesson plans. All presentation material shall be provided in an editable Microsoft Power Point file and all documents shall be provided in editable Microsoft Word. All materials developed shall be delivered to the AF with unlimited rights, IAW FAR 52.227-14 Rights in Data, General (MAY 2014), for use at its discretion. The Contractor retains the right to use the material for their personal purposes. Additionally, all course materials become the property of the Government with unlimited copyrights upon delivery and may be modified for subsequent use/reuse. The contractor shall provide two master hardcopies and two electronic copies of all course & certification materials to the Air Force customer and to SAF/AQX, for archival purposes. The Contractor shall also provide updated material files in the event that significant changes or improvements are made to them during execution of the course offerings. •Teach the course to AFIT instructors to review and evaluate for content and quality. Feedback from this course offering shall be incorporated into the course and approved by AFIT instructors prior to delivering the course information to students. Final approval from the Government must be given before teaching course offerings. •Teach offerings to groups of up to thirty (30) students. This Government acquisition will have a maximum of twelve (12) course offerings over the base year period of performance. Options for each of four (4) additional years will be included in the IDIQ as identified in the Solicitation Schedule. Each option year, if exercised, will include a maximum of twelve (12) course offerings. AFIT may assign an instructor to co-teach the course with the Contractor. The workshop should discuss how for-profit companies in the commercial defense industry operate in contrast to the Government program offices. By providing key insights into the inner workings of industry partners, the goal is that USAF personnel will leave the workshop with specific abilities to translate those insights into writing better contracts and maintaining more effective and efficient business arrangements for their Air Force acquisition programs. •Provide instructors who are fluent in English and can provide proof of U.S. citizenship. The Contractor shall also provide workbooks, text books, and all other required course materials for each individual student. The Government will provide the meeting room, audio/visual equipment, and registration services. However, some limited classroom set-up may be required such as arranging desks, chair, etc. The course shall be conducted in its entirety within a four (4) day period, in a live, on-site instructor format. The four (4) day instruction period shall not cross work weeks. The developed course shall address the course learning objectives. •Able to reschedule a course offering when necessary if given notice 30 days prior to the start of the course offering. •Provide all printed material to the students for learning. These student course materials shall codify the central messages delivered through this training. This training material shall be distributed to the students by the contractor. An electronic copy of the latest version of materials shall be sent to the course Program Manager (PM) no later than five (5) business days prior to the start of each workshop. The costs of all course materials shall be included into the price of the course workshop offering. •Demonstrate that the workshop developed under this contract meets the requirements of the Air Force through an end-of-course student survey instrument. The Contractor may use AFIT's existing end-of-course survey or develop their own end-of-course survey as long as it evaluates the student's experience covering the following areas: expertise and responsiveness of instructors, quality of course materials, and how well the course addressed the learning objective. The survey must also provide numeric, Likert-scale response options as well as text responses from students. The surveys shall average a 4.0 on five point Likert-scale (or 4.5 on a six point scale). The Contractor shall deliver the surveys to the Program Manager within five business days of course offering completion. •Provide Quarterly Progress Reviews (QPRs). These QPRs will be scheduled by the contractor with the PM and other Government stakeholders such as the COR, Government SME. The QPR will occur no later than fifteen (15) business days after each quarter. The QPR shall include progress to date against the Project Management Plan (PMP) to include cost, schedule and performance metrics, description of travel, problem areas and any applicable corrective actions, and anticipated activity for the reporting period. The QPR will be held via teleconference. The Government reserves the right to waive QPRs if it is determined that they are not necessary. •Provide Quarterly Cost Reports provided no later than fifteen (15) business days after each quarter to the Government SME and the COR that includes accumulated invoiced cost for each CLIN up to the previous quarter and projected CLIN costs for the current quarter. •Develop and implement a quality control plan to ensure fulfillment of contract objectives. •Typical course hours of operation are 0800hrs. - 1630hrs. Monday through Friday. The Contractor is not required to teach on federal holidays or weekends. The Contracting Officer's Representative (COR) is the point of contact for review and coordination of any changes in work schedule. The COR shall coordinate and approve requests prior to changes. All changes must go through the COR prior to implementation. •The Contractor may be required to travel to various locations within the continental United States (CONUS) or overseas (OCONUS). These locations include, but may not be limited to: Wright Patterson AFB, OH; Los Angeles AFB, CA; Hanscom AFB, MA; Tinker AFB, OK; Eglin AFB, FL; Hill AFB, UT; Maxwell-Gunter AFB, AL; and the Washington D.C. area. For OCONUS travel, contractor employees shall obtain passports, visas, and medical clearances for designated operations areas. Travel costs shall be reimbursed in accordance with the Federal Travel Regulation, Joint Travel Regulations and Standardized Regulations as applicable from FAR 31.205-46 for locality per diem rates. Actual modes of transportation and costs shall be agreed to in advance and reimbursed on a cost basis upon receipt of the invoice. All air travel shall be booked on American-flagged carriers, unless coordinated and approved by the Contracting Officer. Period of Performance: Base Year: 1 April 2016- 31 March 2017 Option I: 1 April 2017- 31 March 2018 Option II: 1 April 2018- 31 March 2019 Option III: 1 April 2019- 31 March 2020 Option IV1 April 2020- 31 March 2021 Place of Performance: Wright-Patterson AFB,OH; Los Angeles AFB, CA; Hanscom AFB, MA; Tinker AFB, OK; Eglin AFB, FL; Hill AFB, UT; Maxwell-Gunter AFB, AL; Washington D.C. Pricing Worksheet: The Pricing Worksheet shall be completed to satisfy the price section of your proposal. The Pricing Worksheet must clearly show the total for both the Base Year and 4 Option years, for Course Delivery. Total Evaluated Price: To account for the four-year options under FAR 52.217-9, Option to Extend the Term of the contract, the Government will take the sum of the proposed prices for the Base Year and four Option Years and add the estimated ceiling for travel for the Base and each Option year indicated in Attachment 4- CLINs, Provisions and Clauses. The resulting amount will be the Total Evaluated Price. Evaluation of Options shall not obligate the Government to exercise the options. Do not submit values for travel as travel will be evaluated identically for all offerors according to the CLIN structure. Subcontracting Plan: Offerors shall submit a Subcontracting Plan in accordance with the clauses herein: FAR 52.219-8, FAR 52.219-9, and DFARS 252.219-7004. The Subcontracting Plan shall be approved prior to contract award, and the Subcontracting Plan shall be included in and made a part of the resultant contract. The Subcontracting Plan will not count toward the 30 page proposal limit, and must be submitted with the proposal. Failure to submit and negotiate the Subcontracting Plan shall make the offeror ineligible for award. Provisions and Clauses: The attached provisions and clauses for the acquisition of commercial items are incorporate into the RFP. If the offeror has completed the FAR 52.212-3, provisions online, the offeror shall only complete paragraph (b) of this provision with its quote. FAR 52.212-3 Paragraph (b) is attached. If the offeror has not completed the DFARS 252.209-7992 provision online, the offeror shall complete and return a copy of the provisions with its quote. DFARS 252.209-7992 is attached. Consent to RFP Terms and Conditions: Submission of proposals in response to this RFP constitutes agreement by the offeror to all terms and conditions contained in this announcement and the attached solicitation document, which will be incorporated into the resulting contract. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of fiscal Year 2001 requires any claims for payment (invoices) under DOD contract to be submitted in electronic form. Wide area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must completed vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, Contractors must register for an account at http://wawf.eb.mil/. Contract financing is NOT provided for this acquisition. The Government intends to award one firm-fixed-price (FFP) indefinite delivery/indefinite quantity contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. *In conjunction with the award of the Better Business Deals Workshop requirement, a Task Order will be issued against CLINS 0001- Course Development, 0002- Course Delivery and 0003-Travel. Attachments: 1.Instruction to Offerors 2.Evaluation Criteria 3.Performance Work Statement( PWS) (Pages: 8; Date 18 November 2015) 4.Quality Assurance Surveillance Plan (QASP) (Pages: 31; Date 24 November 2015) 5.CLINs, Provisions and Clauses (Pages: 34; Date 10 December 2015) 6.FAR 52.212-3, Paragraph (b) Offeror Representations and Certifications- Commercial Items (Pages:1, Date: 10 December 2015) 7.DFAR 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law- Fiscal Year 2016 Appropriations (Pages:1, Date: 10 December 2015) 8.FAR 52.222-52 Exemption From Application of the Service Contract Act to Contracts for Certain Services- Certification ( May 2014) 9.Ordering Procedures 10.Voluntary Protection Program 11.Contractor Full-Time Equivalent Reporting
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-16-R-0023/listing.html)
 
Place of Performance
Address: Various Locations Include: Wright Patterson AFB, OH; Los Angeles AFB, CA; Hanscom AFB, MA; Tinker AFB, OK; Eglin AFB, FL; Hill AFB, UT; Maxwell-Gunter AFB, AL; and the Washington D.C. area, United States
 
Record
SN04024175-W 20160220/160218235137-8fdf3251e0b5e1acf118cb081f98eebc (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.