Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

U -- Training and Education Product Development Support Services for WOCC - Amendment 4

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Benning, Bldg 6, Meloy Hall, Room 207, Fort Benning, Georgia, 31905-5000, United States
 
ZIP Code
31905-5000
 
Solicitation Number
W9124G18Q2557
 
Archive Date
10/3/2018
 
Point of Contact
Shawndra Rhodes, Phone: 7065455061, Susanne H. Johnson, Phone: 706-545-4224
 
E-Mail Address
shawndra.n.rhodes.civ@mail.mil, susanne.h.johnson.civ@mail.mil
(shawndra.n.rhodes.civ@mail.mil, susanne.h.johnson.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: W9124G-18-Q-2557 Solicitation Number: W9124G-18-Q-2557 Solicitation Number: W9124G-18-Q-2557 Solicitation Number: W9124G-18-Q-2557 Amendment 04: See attachments SYNOPSIS: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quote (RFQ) with a solicitation number of W9124G-18-Q-2557. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. This requirement is to perform training and education product development services, at Fort Rucker, AL. This requirement is restricted and is a total set-aside for a Service Disabled Veteran Owned Small Business (SDVOSB) firms. The associated North America Industry Classification System (NAICS) Code is 611430 Professional and Management Development Training and the Business Size Standard associated with this code is $11 million. The Government contemplates award of a single, firm fixed price contract using Best Value - Lowest Price Technically Acceptable (LPTA) source selection procedures. DESCRIPTION OF REQUIREMENT: This requirement is to perform training and education product development services, at Fort Rucker, Alabama. The goal is to obtain a performance-based contract to provide all personnel, labor, expertise, tools, maintenance, equipment, parts, materials, supplies, and services in support of Warrant Officer Career College (WOCC) services as defined in the Performance Work Statement (PWS). CLASSIFICATION CODE: U -- Training/Curriculum Development NAICS CODE: 611430 Professional and Management Development Training PAYMENT TERMS: NET 30 SITE VISIT: No site visit is planned. PERFORMANCE WORK STATEMENT (attached) DEPARTMENT OF LABOR WAGE DECISION applicable to this acquisition is: WD 15-4631 (Rev -8) dated 07/03/2018 and it is located at http://www.wdol.gov/ PERIOD OF PERFORMANCE: The period of performance shall be for a base year of 12 months plus 3 options years. LOCATION OF PERFORMANCE: Fort Rucker, Alabama CONTRACTOR'S PROPOSAL The contractor's proposal will be incorporated by reference into the final contract. CONTRACT CLAUSES: 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2018). The following clauses contained within 52.212-5 are applicable and incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I 52.203-13, Contractor Code of Business Ethics and Conduct 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.204-14, Service Contract Reporting Requirements 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.219-8, Utilization of Small Business Concerns 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-17, Non displacement of Qualified Workers 52.222-19, Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) 52.222-50, Combating Trafficking in Persons 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.224-3, Privacy Training 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-11, Accepting and Dispensing of $1 Coin SOLICITATION PROVISIONS: This solicitation incorporates by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil 52.204-16, Commercial and Government Entity Code Reporting. 52.204-18, Commercial and Government Entity Code Maintenance. 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.209-5, Certification Regarding Responsibility Matters 52.209-7, Information Regarding Responsibility Matters (Feb 2012) 52.209-9, Updates of Publicly Available Information Regarding Responsibility 52.217-5, Evaluation of Options (Jul 1990) 52.232-40, Providing Accelerated Payments to Small Business subcontractors 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.212-7000, Offeror Representations and Certifications - Commercial Items (Jun 2005) 252.215-7007, Notice of Intent to Resolicit (Jun 2012) 252.215-7008, Only One Offer (Jun 2012) 252.237-7014, Loss or Damage, (count-of-articles) CONTRACT CLAUSES: The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: http://farsite.hill.af.mil 52.202-1; Definitions 52.203-3, Gratuities 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-9 -- Personal Identity Verification of Contractor Personnel. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.223-5 -- Pollution Prevention and Right-to-Know Information 52.227-17 -- Rights in Data -- Special Works 52.228-5, Insurance -- Work on a Government Installation. 52.229-3, Federal, State, and Local Taxes 52.232-18 -- Availability of Funds 52.232-19 -- Availability of Funds for the Next Fiscal Year 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. 52.233-1, Disputes 52.233-2, Service of Protest 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.237-3 -- Continuity of Services 52.242-13; Bankruptcy 52.242-15 -- Stop-Work Order 52.242-17 -- Government Delay of Work. 52.246-4; Inspection of Services-Fixed Price 52.247-34, F.O.B. Destination 52.253-1 -- Computer Generated Forms.. 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.205-7000, Provision of Information to Cooperative Agreement Holder 252.209.7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By the Government of a Terrorist 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7007 Limitation of Government's Obligation 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252-247-7023, Transportation of Supplies by Sea 252-247-7024, Notification of Transportation of Supplies by Sea 5152.233-4000, AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) INSURANCE REQUIREMENTS Pursuant to contract FAR Clause 52.228-5, Insurance - Work on Government Installation (Jan 1997) the Contractor shall at all times during the performance of this contract, unless otherwise directed or approved by the Contracting Officer, carry insurance of the types and in the minimum amounts set forth below: Worker's Compensation and Employer's Liability Insurance: $100,000; Comprehensive General Liability Insurance: $50,000 per occurrence Comprehensive Automobile Liability Insurance: $200,000 per person; $500,000 per occurrence for bodily injury; and $20,000 per occurrence for property damage MANPOWER REPORTING REQUIREMENT. The Office of the Assistant Secretary of the Army (Manpower and 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://contractormanpower.army.pentagon.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 subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor, 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 purpose of reporting this information); (11) Locations where contractor and subcontractors 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 subcontractor 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 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CONTRACTOR ACCESS TO GOVERNMENT INSTALLATION The Contractor shall submit to the Contracting Officer the names and social security numbers of all employees and/or prospective employees who will require access to the Government installation and/or facility in the course of their employment. This requirement applies to the Contractor' subcontractors and suppliers. The Contracting Officer will submit the names and social security numbers to the installation's Provost Marshall. The Contractor will be advised if any of the individuals have been barred from the Government installation pursuant to Title 18 U.S.C. Section 1382. Those individuals currently or previously barred from the Government installation will not be allowed to enter or work on the installation. Procedures or policies regarding Contractor access to Government installations and/or facilities may vary somewhat at different installations. If procedures vary, the appropriate procedure will be identified by the Contracting Officer or designated representative upon contract award and/or in individual task orders. Contracting Office Address: MICC-Fort Benning, 6650 Meloy Drive, Bldg 6, Suite 250, Fort Benning, GA 31905 Point(s) of Contact: Contract Specialist: Shawndra Rhodes Email: Shawndra.n.rhodes.civ@mail.mil ; Ph: 706-545-5061. Contracting Officer: Susanne Johnson Email: Susanne.h.johnson.civ@mail.mil Ph: 706-545-4224.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c553a24f7cdc632454f5d574d97e5b59)
 
Place of Performance
Address: Warrant Officer Career College (WOCC), FORT RUCKER, Alabama, 36362, United States
Zip Code: 36362
 
Record
SN05087268-W 20180915/180913231042-c553a24f7cdc632454f5d574d97e5b59 (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.