Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 13, 2023 SAM #7990
SOLICITATION NOTICE

U -- USAF Test Pilot School Executive Education Leadership Development Course

Notice Date
10/11/2023 4:54:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930423Q5004
 
Response Due
10/24/2023 1:00:00 PM
 
Archive Date
11/08/2023
 
Point of Contact
Jeremy Choi, Marc Venzon, Phone: 6612773234, Fax: 6612770470
 
E-Mail Address
jeremy.choi.2@us.af.mil, marc_anthony.venzon@us.af.mil
(jeremy.choi.2@us.af.mil, marc_anthony.venzon@us.af.mil)
 
Description
(i)�� �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii)�� �Solicitation Number: FA930423Q5004 **Please provide the full solicitation number on all packages** (iii)�� �This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2023-05 and DFARS Change 08/17/2023 and DAFAC 2023-0707. (iv)�� �THIS REQUIREMENT WILL BE: Firm Fixed Price; Full and Open Competitive. The North American Industry Classification System (NAICS) number for this acquisition is 611310. (v)�� �Submission instructions: Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit a quote with enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation up to 7 pages. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). The Government requests offerors to submit a Firm Fixed Price quote for the Executive Education � Leadership Development requirements IAW the attached Performance Work Statement (attachment 1) and instructions below. The requested is for a full time leadership development course. Up to 80 people at the contractor�s campus/facility for the specified course dates in a single cohort. This will consist of up to 75 students and 5 staff chaperones. Attendance may be modified by the government during course design due to mission constraints. Price per student shall be all- inclusive to include the price of the course and any required materials provided and fees (if applicable). CLIN�� �Descriptive Data�� �Price Per Student�� �Price 0001�� �Course Offering�� ��� � (vi)�� �Description of services to be acquired: Period of Performance. This is a 10-month contract. Task 1: Course Design, 1 November 2023 � 7 July 2024 Task 2: Course Execution, 8 July 2024 � 30 August 2024 Place of Performance. The contractor shall perform the services in the PWS at the contractor�s facilities. Additional services may be performed at off-campus facilities, to include Edwards AFB, CA and additional military or commercial facilities as agreed upon during course curriculum design. Class Start. Must have a class offering that starts in the July � August 2024 timeframe. 22 July 2024 to 9 August 2024 desired. Full time Class. Must be a full time advanced and leadership development course. Class must be offered M-F during normal business hours. Additional events outside of normal business hours that contribute to overall learning objectives are acceptable/desired and shall be decided upon during detailed course design. Location. Classes must be offered on campus. No online courses unless part of a pre-course preparation syllabus or as requested by the government. Off-campus fieldtrips that support the below requirements are desired. Inclusion of local industry leaders and subject matter experts is desired. Room & Board. Local area or on-campus lodging is required. If not within walking distance, public or contractor provided transportation is required. A meal plan is required to accommodate on-campus activities Monday � Friday. Syllabus. The quote shall provide a draft syllabus, with the intent that a more detailed syllabus will be refined through a course design process following contractor selection. The syllabus shall be for a single, full-time leadership development � course that is three weeks long. A custom course designed specifically for this requirement is desired; however, existing course materials and syllabi may be used. (vii)�� �The provision at 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: a.�� �UEI Number: b.�� �CAGE Code: c.�� �Contractor Name: d.�� �Payment Terms (net30) or Discount: e.�� �Point of Contact and Phone Number: f.�� �Email address: g.�� �FOB (destination or origin): h.�� �Date Offer Expires: (x)�� �The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. (a)�� �ADDENDUM to 52.212-2, Evaluation � Commercial Items. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1)�� �Technical capability of the item offered to meet the Government requirement (2)�� �Price. As the evaluation of competing quotations in the Technical aspect become more equal in rating, the more important Price shall become in selecting the best value for the Government. Technical areas shall be evaluated in accordance with FAR 13.106-2(b)(3), Evaluation of Quotations or Offers. (b)�� �BASIS FOR CONTRACT AWARD: This is a competitive solicitation using simplified acquisition procedures and Best Value in which competing offerors technical performance and price will be evaluated to determine the award. Technical areas are more important than Price. The offeror�s quote shall be evaluated in two areas: Technical and Price. Technical areas are more important than Price. As the evaluation of competing quotations in the technical aspect become more equal in rating, total evaluated price will be used in the best value for the Government. Technical areas shall be evaluated in accordance with FAR 13.106-2(b)(3), Evaluation of Quotations or Offers. Evaluations will be rated under the following technical/risk rating matrix for Best-Value Tradeoff decisional rule criteria. MISSION CAPABILITY COMBINED TECHNICAL/RISK RATINGS - TRADEOFF Rating�� �Description Outstanding � 4 Points�� �Proposal/Quote indicates an exceptional approach and understanding of the requirements and contains multiple strengths, and risk of unsuccessful performance is low. Good � 3 Points�� �Proposal/Quote indicates a thorough approach and understanding of the requirements and contains at least one strength, and risk of unsuccessful performance is low to moderate. Acceptable � 2 Points�� �Proposal/Quote meets requirements and indicates an adequate approach and understanding of the requirements, and risk of unsuccessful performance is no worse than moderate. Marginal � 1 Point�� �Proposal/Quote has not demonstrated an adequate approach and understanding of the requirements, and/or risk of unsuccessful performance is high. Unacceptable � 0 Points�� �Proposal/Quote does not meet requirements of the solicitation, and thus, contains one or more deficiencies, and/or risk of unsuccessful performance is unacceptable. Proposal is unawardable. The offeror�s quotation shall clearly demonstrate, at the time of submission, unless otherwise stated, the capability to meet the Decisional Rule criteria. Quotations shall be rated based on the Decisional Rule criteria. Quotations shall clearly demonstrate the capability to meet all of the following Decisional Rule criteria: Factor 1 � Technical Approach Class Start: Must have class offerings that start in the July � August 2024 timeframe. 22 July 2024 to 9 August 2024 desired. Attendance: Up to 80 people at the contractor�s campus/facility for the specified course dates in a single cohort. This is estimated to consist of up to 75 students and 5 staff chaperones. The cohort may be broken into smaller groups at the contractor�s discretion to facilitate learning objectives. Full-Time Class: Must be a full-time leadership development course. Class must be offered M-F during normal business hours. Additional events outside of normal business hours that contribute to overall learning objectives are acceptable and desired. Location: Classes must be offered on campus. No online courses. Off-campus excursions/fieldtrips that support the below requirements are desired. Inclusion of local industry leaders and subject matter experts is desired. Room & Board: Local area or on-campus lodging is required. If not within walking distance, public or contractor provided transportation is required. A meal plan is required to accommodate on-campus activities Monday � Friday. Syllabus: The proposal shall provide a draft syllabus, with the intent that a more detailed syllabus will be refined through a course design process following contractor selection. The syllabus shall be for a single, full-time leadership development course that is three weeks long. This shall be a custom syllabus designed specifically for this requirement. The proposed syllabus should include, at a minimum: ��� �Suggested courses / course descriptions ��� �Faculty experience, expertise, and qualifications ��� �Enhancing educational opportunities with industry collaboration and integration ��� �Enhancing educational opportunities with hands-on training/labs/workshops ��� �Enhancing educational opportunities with student research projects ��� �Opportunities for follow-on access to resources during the remainder of the USAF TPS year-long curriculum. The syllabus must of address all the below subjects. Each topic will be evaluated by two metrics � proposed method(s) of instruction (e.g. lecture, seminar, workshop, lab, etc.) and proposed course content. ��� �Critical Thinking & Analysis ��� �Decision Making ��� �Leading Innovation � ��� �Holistic Communication ��� �Negotiation ��� �Persuasion ��� �Situational Awareness ��� �Strategic Leadership ��� �Pre-Course Work: Must be less than 40 hours The Contractor will ensure all involved contract personnel (where applicable, subcontractor) will not release student records to a third party without the consent of the US Government. Factor 2 - Price The Government reserves the right to award a contract to an offeror other than the offeror proposing the lowest price when the Government�s evaluation determines a proposal is significantly superior from a non-price standpoint and warrants payment by the Government of a premium. Price is defined as the Offeror�s price proposal. The Contracting Officer shall evaluate price independently. PRICING Prices quoted to the Government shall be as low as or lower than those charges to the supplier�s most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts offered for prompt payment. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 ""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Up to one award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM). (xi)�� �IAW AFFARS MP 5332.7 Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs (xii)�� �Offeror shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xiii)�� �The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xiv)�� �The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses cited in FAR 52.212-5 apply to this acquisition: FAR 52.219-28 Post Award Small Business Program Representation (Sep 2023) FAR 52.222-3 Convict Labor (June 2003) � FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) FAR 52.222-50 Combating Trafficking in Persons (Nov 2021) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (xv)�� �Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via https://www.acquisition.gov/ PROVISIONS FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) FAR 52.204-7 System for Award Management DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) CLAUSES FAR 52.204-21 Basic Safeguarding of covered Contractor Information Systems (Nov 2021) FAR 52.204�27, Prohibition on a ByteDance Covered Application (Jun 2023) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Apr 2022) DFARS 252.227-7015 Technical Data � Commercial Items (Mar 2023) DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data (Jan 2023) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.232-7011 Payments in Support of Emergencies and Contingency Operations (May 2013) DFARS 252.244-7000 Subcontracts for Commercial Items (Jan 2023) DFARS 252.247-7023 Transportation of Supplies by Sea (Jan 2023) AFFARS 5352.201-9101 Ombudsman (Jul 2023) (xiv)�� �Defense Priorities and Allocation System (DPAS): N/A (xv)�� �Quote Submission Information: Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE 2 October 2023 on or before 1:00 PM Pacific Standard Time (PST). Offers are due by 24 October 2023 at 1:00 PM Pacific Standard Time (PST). Offers must be sent to 1st Lt Jeremy Choi at jeremy.choi.2@us.af.mil and Marc Venzon at marc_anthony.venzon@us.af.mil via electronic mail. No late submissions will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2a10cb5074e246e48db9571c3d729740/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06857058-F 20231013/231011230053 (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.