Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

R -- PRARNG LESSONS LEARNED

Notice Date
7/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Puerto Rico, PO Box 34069, Fort Buchanan, Puerto Rico, 00934-4068
 
ZIP Code
00934-4068
 
Solicitation Number
W912LR18R0019
 
Archive Date
8/4/2018
 
Point of Contact
Angel J Martinez, Phone: 7872777697, Carlos Rivera, Phone: 7872777672
 
E-Mail Address
angel.j.martinezguzman.mil@mail.mil, carlos.m.riveramcdermott.mil@mail.mil
(angel.j.martinezguzman.mil@mail.mil, carlos.m.riveramcdermott.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis / Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP) in accordance with FAR Parts 12 & 15. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-93, 16 Dec 2016 effective. The DFARS provisions and clauses are those in effect to DPN 20161104, 4 Nov 2016 effective. This requirement is issued as Small Business Set Aside competition and only qualified offerors may submit proposals. The associated North American Industrial Classification System (NAICS) code for this procurement is 541611. The government intends to award a firm-fixed price contract from this RFP based on the below evaluation criteria. LIN 0001: Non-personal service requirement for functional area expertise and planning in support of Disaster Response and Preparedness Lessons Learned, Disaster Recovery, and Contingency and Exercise Planning. Functional area expertise includes: Operations, Training, Logistics, Intelligence, Communications, Cyber, Management, Emergency Management, Domestic Operations, Contingency Planning, Aviation, Engineer, Medical, Resourcing, Training, Facilities and New Initiatives. The contractor shall provide the required level of technical and operational expertise to collect, analyze, develop strategic framework, and incorporate training multipliers to ensure the PRNG have the capability to adapt and respond as necessary to domestic emergency scenarios as described in the Performance Work Statement. LIN 000101: Army Contract Manpower Report 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 cost; (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. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 Oct of each calendar year. Contracting Office: W912LR-USPFO for Puerto Rico Contracting Officer: MAJ Carlos Rivera carlos.m.riveramcdermott.mil@mail.mil Contracting Officer's Representative COR/POC: TBA Requiring Activity Unit Identification Code (UIC): TBA LIN 0002: Non-personal service requirement for functional area expertise and planning in support of Disaster Response and Preparedness Lessons Learned, Disaster Recovery, and Contingency and Exercise Planning. Functional area expertise includes: Operations, Training, Logistics, Intelligence, Communications, Cyber, Management, Emergency Management, Domestic Operations, Contingency Planning, Aviation, Engineer, Medical, Resourcing, Training, Facilities and New Initiatives. The contractor shall provide the required level of technical and operational expertise to collect, analyze, develop strategic framework, and incorporate training multipliers to ensure the PRNG have the capability to adapt and respond as necessary to domestic emergency scenarios as described in the Performance Work Statement. LIN 000201: Army Contract Manpower Report 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 cost; (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 Untied 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. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 Oct of each calendar year. Contracting Office: W912LR-USPFO for Puerto Rico Contracting Officer: MAJ Carlos Rivera carlos.m.riveramcdermott.mil@mail.mil Contracting Officer's Representative COR/POC: TBA Requiring Activity Unit Identification Code (UIC): TBA The period of performance will be a base period from August 2018 to July 2019 and one option year from August 2019 to July 2020. The solicitation number is W912LR18R0019 and closes at 4:00 PM (EST) on Friday, 20 July 2018. Proposals and questions must be submitted via email to carlos.m.riveramcdermott.mil@mail.mil (787) 277-7672, angel.j.martinezguzman.mil@mail.mil (787) 277-7697 and angel.f.solis.mil@mail.mil (787) 277-7698. Questions must be submitted before 4:00 PM (EST) on Wednesday 27 July 2018. Place of Performance will be Fort Buchanan, PR or alternative location designated by the Director Deputy Chief of Staff for Operations. Instructions to Offerors Offerors shall complete the solicitation in accordance with FAR Clause 52.212-1 Instructions to Offerors-Commercial Items. Award will be made to the vendor whose proposal is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications. Technical acceptability Price and technical acceptability will be considered. The Government intends to evaluate proposals and award without discussion, but reserves the right to conduct clarifications and discussions. The lowest priced proposal will be evaluated for technical acceptability. If the proposal is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest proposal for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial proposal should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct clarifications and discussions if later determined by the Contracting Officer to be necessary. Proposals that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Evaluation Criteria are the following: 1. Past Performance: The contractor shall provide a list of qualifications, certifications, experience in the subject matter, experience providing training services to organizations similar to the Puerto Rico National Guard, professional working experience, and civilian education which capacitates the contractor. The contractor shall possess at least 10 years of experience in training, developing, and facilitating strategic planning workshops. 2. Technical Evaluation: The contractor shall have experience in plans, training, and operations at the National level (Title 10) of the ARNG. Experience must include: a) Planning and support of Anti-Terrorism/Force Protection (AT/FP) programs and initiative b) Planning and support of training requirements to prepare ARNG Soldiers to support Army and domestic operations. c) Planning and support of exercises and large scale collective training events required to achieve requisite levels of training proficiency under Objective T. d) Planning and support of force management decisions required to shape the future force of the ARNG. e) Contract Management Capabilities 3. Price Evaluation of Offers / LPTA The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. CHANGES TO THIS CONTRACT / PURCHASE ORDER / DELIVERY ORDER: The Contracting Officer (KO) is the only person authorized to approve changes or modify any of the requirements under this contract and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor effects any such change at the direction of any person other than the KO, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. Contractual problems, of any nature, which might occur during the life of the contract shall be handled in conformance with public laws and regulations and shall be referred to the KO for resolution. Only the KO is authorized to formally resolve such problems. Therefore, the Contractor is hereby directed to bring all such contractual problems to the immediate attention of the KO. Any request for contract changes/modification shall be submitted to the KO. RESPONSIBILITY AND INSPECTION: Unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA70/W912LR18R0019/listing.html)
 
Place of Performance
Address: Building B552 Columbus Street, Fort Buchanan, Puerto Rico, 00934, United States
Zip Code: 00934
 
Record
SN04987799-W 20180713/180711231342-841c25bee402c0ff6ce017e602d11154 (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  © 1994-2020, Loren Data Corp.