Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2022 SAM #7491
SOLICITATION NOTICE

U -- USALearning Training and Education

Notice Date
6/2/2022 1:00:56 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
OFFICE OF PROCUREMENT OPERATIONS WASHINGTON DC 20415 USA
 
ZIP Code
20415
 
Solicitation Number
24322622R0002
 
Response Due
6/21/2022 7:00:00 AM
 
Archive Date
07/06/2022
 
Point of Contact
Nathalie Snyder, Carrie Fairbanks
 
E-Mail Address
usaltrainingandeducation@opm.gov, usaltrainingandeducation@opm.gov
(usaltrainingandeducation@opm.gov, usaltrainingandeducation@opm.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 2:� Updated Proposal Due Date to June 21, 2022 ������ Updated Attachment 1 Requirements Description ������ Updated Attachment 2 Instructions � Evaluations ������ Updated Attachment 5 OPM Clauses Full Text ������ Updated Attachment 8 Proposal Checklist Template ������ Updated Attachment 9 Self-Score Worksheet ������ Updated Attachment 11 Relevant Experience Template ������ Updated Attachment 12 Past Performance Questionnaire ������ Updated Attachment 13 Pricing Workbook ������ Updated Attachment 15 Sample Task Order ������ Updated Attachment 16 Sample Task Order Pricing Workbook ������ Added Attachment 17 Labor Categories ������ Added Attachment 18 DD254 ������ Added Questions and Answers Document Amendment 1 - Extended Response Due Date From Friday May 20, 2022 to Monday June 20, 2022.� No Other Changes. COMBINED SYNOPSIS/SOLICITATION� This Request for Proposal (RFP) is being executed as a combined synopsis/solicitation for USALearning� (USAL) Training and Education Support Products and Services in accordance with the format in Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this notice. This announcement is a request for proposals and constitutes the only solicitation. The Office of Personnel Management (OPM) intends to maximize the use of a Hybrid Contract Line-Item Number (CLIN) structure.� The Government anticipates contracts will utilize a mix of firm fixed price (FFP), time and materials (T and M), Labor Hour (LH), and not to exceed (NTE) for travel CLINs. The North American Industrial Classification System (NAICS) code is 611430 and the small business size standard is $12.0 million. This procurement will be a total small business set-aside. SOLICITATION CLOSING DATE:� All proposals must be received by 10:00 A.M. Eastern Standard Time (EST), Tuesday June 21, 2022.� Delivery method for submission of your proposal is via Microsoft Teams. �All proposal documents must be uploaded into the seven (7) separate folders identified by Volume Number.� No paper or email versions of your proposal will be accepted.� Any paper or email proposals received will not be evaluated and considered for award.�� Proposals must include all required items listed in the Proposal Instructions and Evaluation for Award (Attachment 2). MICROSOFT TEAMS REQUEST CLOSING DATE: In order to access and submit a timely proposal to the USAL Training and Education Teams workspace, the Offeror shall submit an email request to join the workspace no later than 3:00 P.M. EST Wednesday May 4, 2022, to USALTrainingandEducation@opm.gov.�� The request shall include: Names and emails of one Point of Contact (POC) and/or no more than two backup POCs to join the team�s workspace. The Offerors POCs should be designated individuals responsible for uploading proposal documents in the team�s workspace.� Only POCs identified in the request will have access to the workspace. (Refer to the Proposal Instructions and Evaluation for Award for complete details (Attachment 2)). QUESTIONS CLOSING DATE:� All questions and inquiries concerning any aspect of this announcement must be submitted in writing to email box: USALTrainingandEducation@opm.gov no later than 3:00 P.M. EST Wednesday, May 4, 2022 for clarification sufficiently in advance of the deadline of receipt of the proposal to get an answer in time to meet that deadline. �Questions must be provided utilizing the excel spreadsheet: RFP Question Response Form (separately attached). Telephone requests will not be honored.� The Government�s response to inquiries will be made in writing.� Any resulting additions, deletions or changes to the RFP will be made by issuances of a formal amendment.� Offerors are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award.� IMPORTANT REMINDER:� Prior to submission of the proposal, please verify your registration is current and active via the System for Award Management (SAM): https://sam.gov/content/home in accordance with FAR 52.204-7.� Offerors, including any Offeror organized as a joint venture, must have an Active SAM registration at the time of proposal submission and throughout the procurement process.� Any Offeror whose registration is not active in SAM at the time of proposal submission will be excluded from the process and the proposal will not be evaluated.� OBJECTIVE: The contractor shall provide proposed solutions and all aspects of analysis, design, development, implementation and evaluation for all Training and Education Support Products and Services.� The functional areas are as follows: 1) Formal and Informal Learning ISD and Support Services 2) Simulator, Live and Virtual 3) Organizational Training and Planning (Refer to the Requirement Description for complete details (Attachment 1)). Place of Performance: Support will be required at Government facilities (onsite) and at non-Government facilities (offsite).� Specific site locations will be defined at the Task Order level.� The Government anticipates that most of the work will occur in the contiguous United States (CONUS), but outside contiguous United States (OCONUS) support by the Contractor may be performed if the Government provides approval in advance at the Task Order level. Period of Performance: The IDIQ(s) will be for one (1) five-year base ordering period, with one (1) five-year optional ordering period, and one (1) six-month optional ordering period in accordance with 52.217-8. GENERAL PROPOSAL INSTRUCTIONS:� Offerors are instructed to read the entire solicitation document, including all attachments (16 Total) prior to submitting either questions or preparing its proposal. Omission of any information from the proposal submission requirements may result in rejection of the Offeror�s proposal. (Refer to the Proposal Instructions and Evaluation for Award for complete details (Attachment 2)). BASIS OF AWARD:� The Government expects to award contracts resulting from this announcement to the Offerors whose proposals represent the Highest Technically Offeror with Fair and Reasonable Price (HTRO-RP) to the Government. (Refer to the Proposal Instructions and Evaluation for Award for complete details (Attachment 2)). PROVISIONS AND CLAUSES:� This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2022-04 dated January 30, 2022.� The Government intends to include the following clauses and provisions, either by reference or in full text in the resulting award. All applicable clauses shall flow down to each individual task order.� NOTE: The FAR clauses may be accessed in full at https://www.acquisition.gov/browse/index/far.� PROVISIONS BY REFERENCE: FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.207-6 Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts) (OCT 2016) FAR 52.212-1 Instruction to Offerors � Commercial Products and Commercial Services (NOV 2021) FAR 52.216-27 Single or Multiple Awards (OCT 1995) FAR 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirement � Commercial Acquisition (NOV 2021) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.222-46 Evaluation of Compensation for Professional Employees (FEB 1993) FAR 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan (OCT 2020) CLAUSES BY REFERENCE: FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 2020) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.212-4 Contract Terms and Conditions - Commercial Products and Commercial Services (NOV 2021) Alt 1 (NOV 2021) FAR 52.224-1 Privacy Act Notification (APR 1984) FAR 52.224-2 Privacy Act (APR 1984) FAR 52.227-1 Authorization and Consent (JUN 2020) FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (JUN 2020) FAR 52.227-14 Rights in Data-General (MAY 2014) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) FAR 52.253-1 Computer Generated Form (JAN 1991) FAR 52.245-1 Government Property (SEP 2021) � PROVISIONS BY FULL TEXT: �Note:� These provisions have been provided in full text for convenience in Attachment 3 Provisions Full Text. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) FAR 52.209-5 Certification Regarding Responsibility Matters (AUG 2020) FAR 52.209-7 Information Regarding Responsibility Matters (OCT 2018) FAR 52.212-3 Offeror Representation and Certifications � Commercial Items (NOV 2021) FAR 52.216-1 Type of Contract (APR 1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) CLAUSES BY FULL TEXT: �Note:� These clauses have been provided in full text for convenience in Attachment 4 Clauses Full Text. FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Products and Commercial Services (JAN 2022) FAR 52.216-18 Ordering (AUG 2020) FAR 52.216-19 Order Limitations (OCT 1995) FAR 52.216-22 Indefinite Quantity (OCT 1995) FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) OPM SPECIFIC CLAUSES BY FULL TEXT: �Note:� These clauses have been provided in full text for convenience in Attachment 5 OPM Full Text. OPM 1752.200-70 On-Site Working Conditions (May 2022) OPM 1752.204-70 Contractor Personnel Security Requirements (Jan 2008) OPM 1752.205-70 Announcement of Contract Award (July 2006)� OPM 1752.209-70 Contractor Performance Capabilities (July 2005) OPM 1752.209-71 Contractor�s Key Personnel (July 2005) OPM 1752.209-72 Qualifications of Contractor�s Employees (January 2017) OPM 1752.209-73 Standards of Conduct (June 2006) OPM 1752.209-74 Organizational Conflicts of Interest (July 2005) OPM 1752.209-75 Reducing Text Messaging While Driving (Oct 2009) OPM 1752.222-70 Notice of Requirement for Certification of Nonsegregated Facilities (July 2005) OPM 1752.222-71 Special Requirements for Employing Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (July 2005) OPM 1752.224-70 Definition of Terms (Feb 2022) OPM 1752.224-71 Freedom of Information Act Requests (Sep 2009) OPM 1752.224-73 Protecting Information (Dec 2015) OPM 1752.224-74 Privacy Act (Feb 2022) OPM 1752.224-75 Information Protection Policies and Procedures (Dec 2015) OPM 1752.224-76 Compliance with Information Protection Requirements (Dec 2015) OPM 1752.224-77 Information Security Incidents (Feb 2022) OPM 1752.224-78 Information Security Inspections (Dec 2015) OPM 1752.224-79 Suspension of Contract for Security Concerns (Dec 2015) OPM 1752.228-70 Insurance (July 2005) OPM 1752.232-71 Method of Payment (July 2005) OPM 1752.232-74 Providing Accelerated Payment to Small Business Subcontractors (October 2012) OPM 1752.232-75 Electronic Submission of Invoices (May 2021) OPM 1752.233-70 OPM Protest Procedures (May 2021) OPM 1752.237-70 Non-Personal Services (July 2005) OPM 1752.239-75 Information System Security Requirements (Dec 2015) OPM 1752.239-76 Security Assessment and Authorization (Feb 2022) OPM 1752.239-77 Federal Reporting Requirements (Feb 2022) OPM 1752.239-78 Cloud Service Offerings (Feb 2022) OPM 1752.239-80 Information Technology (IT) Security and Privacy Awareness Training (Dec 2015) OPM 1752.239-81 Specialized IT Security Awareness Training (Dec 2015) OPM 1752.239-82 HSPD-12 Compliance (Dec 2015) OPM 1752.239-83 Secure Technical Implementation (Dec 2015) OPM 1752.239-84 Data Protection Requirements (Dec 2015) OPM 1752.239-85 Security Monitoring and Alerting Requirements (Feb 2022) OPM 1752.239-86 Contractor Information Technology(IT) System Oversight / Compliance (Dec 2015) OPM 1752.242-71 Return of OPM and OPM Activity Related Information (Dec 2015 OPM 1752.242-72 Security Destruction of all OPM and OPM Activity Related Information (Dec 2015 OPM 1752.242-73 Mandatory Requirement for Contractor Return of all OPM Owned and Leased Computing and Information Storage Equipment (Dec 2015) OPM 1752.242-88 Contract Performance Information (July 2005) ATTACHMENTS:� The following attachments are applicable to this announcement. Attachment 1��������� Requirement Description Attachment 2��������� Proposal Instructions and Evaluation for Award Attachment 3��������� FAR Provisions Full Text (to be completed and returned with Proposal) Attachment 4��������� FAR Clauses Full Text Attachment 5��������� OPM Specific Clauses Full Text Attachment 6��������� Acknowledgement of Amendments (to be completed and returned with Proposal, as applicable) Attachment 7��������� SF1449 (to be completed and returned with Proposal) Attachment 8��������� Proposal Checklist (to be completed and returned with Proposal) Attachment 9��������� Self-scoring Worksheet (to be completed and returned with Proposal) Attachment 10������� Bankruptcy and Ownership Disclosure Form (to be completed and returned with Proposal, as applicable) Attachment 11������� Relevant Experience Template (to be completed and returned with Proposal) Attachment 12������� Past Performance Questionnaire (to be completed and returned with Proposal) Attachment 13������� Pricing Workbook (to be completed and returned with Proposal) Attachment 14������� Sample Self-Scoring Worksheet (example to demonstrate attachment 9) Attachment 15 ������ Sample Task Order Attachment 16������� Sample Task Order Pricing Workbook (to be completed and returned with Proposal) Attachment 17� � � � Labor Descriptions Attachment 18� � � � DD254
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c687ac7e2314d06ad10ccf65b05f8c9/view)
 
Place of Performance
Address: Washington, DC 20415, USA
Zip Code: 20415
Country: USA
 
Record
SN06345481-F 20220604/220602230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.