SOLICITATION NOTICE
U -- Role Players
- Notice Date
- 2/6/2025 4:26:38 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-25-R-0028
- Response Due
- 2/7/2025 9:00:00 AM
- Archive Date
- 02/08/2025
- Point of Contact
- Colleen Paglio, Angelica M. Merino
- E-Mail Address
-
colleen.m.paglio.civ@army.mil, angelica.m.merino.civ@army.mil
(colleen.m.paglio.civ@army.mil, angelica.m.merino.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ----------------------------------------------------------------------------------------------------------------------------- Questions and Answers from 04 February 2025 1. Will the Role Players (RP) be afforded the opportunity to lodge on Camp Atterbury for fee? Indiana National Guard: Lodging � Chargeable Transient Quarters Answer: No, because there will not be enough time to coordinate prior to the award of the contract. They will need to do commercial lodging. 2. Is there Government provided lodging at no cost on Camp Atterbury? Answer: No. 3. Are the RPs required to work independently of each other on different schedules or will they travel to and from the government work site at the same schedules? Answer: They will all be on the same schedule. 4. Is Camp Atterbury the actual work site or will the RPs be required to perform duties in urban city/town environments outside of Camp Atterbury? Answer: Camp Atterbury is the actual work site. 5. Are the RPs required to independently arrive and access Camp Atterbury utilizing separate modes of transportation or will mass transit for the RPs meet the requirements? Answer: No, they can use mass transportation. 6. Does the Government have a process for gaining entry to Camp Atterbury for RPs who do not carry retired military ID Cards? Answer: Yes, they will be provided the base access form for visitor access. 7. Reference PWS 2.1.1: We are assuming 19 March is a typo and the coordination phase is 9 March? With time to be determined, is it safe to assume the RPs should travel on 8 March, in order to be present on 9 March as early as the Government desires? Answer: The RPs must be present on the 9th for the start of the training. Travel day before might be required if they require to travel outside. 8. Reference PWS 1.4: Is 20 March considered a training/workday or is it considered a travel day? Answer: Training day. 9. Does the Government desire to have a Program Manager present on site during the entire execution? Answer: No, but there needs to be a site lead designated for coordination. 10. Can the Program Manager (PM) or Alternate Program Manager (APM) be one of the Role Players? Can both PM and APM be Role Players or will the duties detract from the RP requirements? Answer: Yes. 11. Will any of the training be conducted in austere environments or combat simulated environments where cold weather gear and personal protective equipment be required? Answer: No. The training will take place in an improved area. 12. Will the RPs be required to ride in military vehicles or aircraft? Answer: No. 13. Will any of the RPs be required to access any Government unclassified or classified information networks? Answer: No. 14. Will the RPs be required to have contractor supplied digital training aids such as exercise phones or other technical devices? Answer: Yes, but at no cost at the government. 15. Are all scenario documents, scenario scripts and background scenario documents complete; or will the RP be responsible for completing those documents? Answer: All the documents will be provided to the RPs by the training team. 16. According to Attachment 0001 - PWS, Section 1.4, the period of performance is from 3/9/2025 to 3/20/2025. Will the government require personnel on every day within this period, or only on weekdays (Monday through Friday)? Answer: The RPs will be required every day. 17. PWS paragraph 1.4 states that the period of performance in 3/9 to 3/20. However, PWS paragraph 2.1.1. states synch meetings begin on 3/19. Please clarify which dates the 14 role players are required to support training? Answer: The date in 2.1.1 is an error the POP is 9-20 March. 18. The SAM post states: ""Technical capability will be evaluated to determine the likelihood that the Government�s requirements in the PWS can be achieved."" Since this is an RFQ and not an RFP, how will the government determine that offeror can meet the PWS requirements? Answer: The government will review the RFQ or RFP based on the proposal provided by the contractor to identify which contractor has the best technical capability. 19. Will a technical volume and past performance be evaluated by the government if submitted? Answer: Only the technical volume will be evaluated. 20. The DD 254 block 1.b indicates Safeguarding at the Secret Level? Is this correct? Answer. Yes, because some of the training material may be classified up to Secret levels. ----------------------------------------------------------------------------------------------------------------------------- 05 February 2025 AMENDMENT 0001 to SAM Notice ID �W15QKN-25-R-0028� The purpose of Amendment 0001 is to incorporates the following changes: Changes to Attachment 0001 - PWS Change the date on the Performance Work Statement (PWS) Add Section 1.7 Travel in the PWS Change the date in Section 2.1.1 of the PWS Update language in Section 2.3.2 of the PWS Delete Section 2.3.4 from the PWS (duplicate language) and update the numbering following the deletion of 2.3.4 Uploaded Attachment 0001 � PWS 4FEB2025 (with revised changes above) Changes to Attachment 0005 � QUOTE TEMPLATE Added CLIN 0002 Travel**** Changed the Service Contract Reporting CLIN to 0003 ****CLIN 0002 Travel has a Not To Exceed (NTE) amount. All vendors who submit travel for Role Players CANNOT propose over the NTE amount. Uploaded Attachment 0005 � QUOTE TEMPLATE 4FEB2025 (with revised changes above) ----------------------------------------------------------------------------------------------------------------------------- Questions and Answers from 03 February 2025 1. In the PWS, the POP is listed as 9-20 March 2025. Para 2.1 states there will be 3 phases: Coordination, Scenario Rehearsal, and Scenario Execution. But para 2.1.1 states that the coordination date will be on 19 March 2025. -Can the government confirm that exact days of each of these 3 phases? -And also, are all role players required to be present for the Coordination/Synch days/phase? -And also the total days each role player will be required to be on site? Answer: The Role Players just need to be available starting for training on the 9th. The coordination and scenario rehearsal will take place during the POP. 2. Regarding para 2.3 Tasks, can the government confirm if the role players will be performing as the interrogators conducting interrogations? Or will they be the subjects of the interrogations? Answer: They will be the subjects. That is a typo, it should be performing as interrogatees being interrogated. 3. Are the role players required to have an active DoD security clearance? If so, at what level? Answer: This is in the PWS and the DD254. All must have a secret clearance. 4. If the role players are required to have a clearance, can the government confirm that the awardee will be required to have the commensurate Dod corporate facility clearance? Answer: Yes, this is a FAR requirement and a security requirement. 5. Will the government require a separate role player coordinator/site lead to be present? Or can this role be performed by one of the 14 role players? Answer: It can be performed by one of the Role Players. 6. Will the role players all require a separate means of transportation to get to exercise venues? Or will they all be working at one location of general area? Answer: It will be the responsibility of the Role Player to get to the training area. There is only one training area. 7. Will the role players be required to have special clothing? ie. U.S. or foreign military uniforms, or foreign national clothing? Answer: No 8. Will the government consider adding/providing a travel plug that all bidders would use for covering travel, lodging, per diem, etc for role players and coordinator? This would create a level playing field for all bidders and would better ensure the highest quality intelligence role players from around the country for the government, by taking the travel costs out of the award competition. Answer: The contractor shall provide the costs estimated to meet the PWS in the way they view best meets the technical requirement. If that means a contractor needs to submit for travel then they should submit for travel. 9. Is the Government sponsoring the initial Secret FCL per the DD254 in the attachments or is it assumed that the Contractor will have a pre established Secret FCL prior to submission of their proposal? Answer: No, the contract shall have pre established Secret FCL prior to submission of proposals. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ I) INTRODUCTION This is a combined synopsis/solicitation for commercial products or commercial services 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; quotes are being requested and a written solicitation will not be issued. The United States Army Contracting Command � New Jersey (ACC-NJ) has issued Solicitation W15QKN-25-R-0028 as an invitation for a Request for Quotation (RFQ), in support of the Military Intelligence Readiness Command (MIRC), to procure multiple Role Players to participate in a Government training exercise at Camp Atterbury, IN, in accordance with the Performance Work Statement (PWS) (Attachment 0001), Quality Assurance Plan (QASP) (Attachment 0002), Exhibit A, Contract Data Requirements List (CDRL) (Attachment 0003) and DD254 (Attachment 0004). The number of Role Players required and the period of performance is as follows: 14 Role players at Camp Atterbury, IN: 09 March 2025- 20 March 2025 This action is a Small-business Set-Aside solicited under North American Industry Classification System (NAICS) code 541990 � All Other Professional, Scientific, and technical Services; Size Standard $19.5M. In accordance with FAR 52.212-2, the Government intends to make an award to the Contractor who submits the Lowest Price Technically Acceptable (LPTA) quote and deemed responsive and responsible by the Contracting Officer. Offeror shall meet the requirements as specified in this Solicitation and the attached PWS. The anticipated award will be a Firm-Fixed Price contract. The Contracting Officer reserves the right to make no award under this Solicitation. Note: An Offeror that is receiving an award resulting from this solicitation shall be registered in the System for Award Management (SAM) prior to contract award (no later than 18 February 2025). To register, Offerors may log onto: sam.gov. II) INSTRUCTIONS TO OFFERORS (FAR 52.212-1 applies to this acquisition) Any/all questions shall be submitted via email to both the Contract Specialist at colleen.m.paglio.civ@army.mil and the Contracting Officer at angelica.m.merino.civ@army.mil no later than 10AM Eastern Standard Time on 6 February 2025. All quotes shall be submitted via email to both the Contract Specialist at colleen.m.paglio.civ@army.mil and the Contracting Officer at angelica.m.merino.civ@army.mil no later than 12PM Eastern Standard Time on 7 February 2025. Offeror quotes shall include the following information: Technical: Offerors shall submit the following three items: A completed quote using the provided Quote Template (Attachment 0005) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications � Commercial Products and Commercial Services DD254 (Attachment 0004): Complete Blocks 6(a), 6(b), and 6(c). Also, if applicable, complete blocks 7(a), 7(b), and 7(c). Price: Offerors shall submit pricing for Contract Line Item Number (CLIN) 0001 on the Quote Template (Attachment 0005). In the event there is a difference in price between the total of CLIN 0001 and the Total Proposed Price, the total of CLIN 0001 will be considered the Total Proposed Price used for evaluation. It is the Government�s intent to award without discussions. III) EVALUATION (FAR 52.212-2) The Government intends to award a single contract to an Offeror whose quote is determined to be the lowest priced technically acceptable based on the following evaluation factors: Technical � Technical capability will be evaluated to determine the likelihood that the Government�s requirements in the PWS can be achieved. Price � Price will be evaluated to determine if the Offerors� proposed price is fair, reasonable, and balanced using price analysis techniques in accordance with the guidelines in FAR 15.404-1(b). All non-priced factors will be evaluated on an �Acceptable� or �Unacceptable� basis. An Offeror must receive an �Acceptable� rating for all non-price factors to be considered for award. Technical Acceptable/Unacceptable Ratings Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for an acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. V) CONTRACT PROVISIONS/CLAUSES This Solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2025-03/ FAR 52.212-4 � Contract Terms and Conditions-Commercial Products and commercial Services, and FAR 52.212-5 � Contract Terms and Conditions Required to Implement Statuses or Executive Orders � Commercial Products and Commercial Services apply to this acquisition. See Attachment 0005 for the list of applicable Provisions/Clauses VI) ATTACHMENTS: Attachment 0001: PWS, dated 23 January 2025 Attachment 0002: QASP, dated 23 January 2025 Attachment 0003: Exhibit A CDRL Attachment 0004: DD254 Attachment 0005: Quote Template Attachment 0006: Provisions/Clauses
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a976e6d8516c4e978bc74a6722b8e761/view)
- Place of Performance
- Address: Camp Atterbury, IN, USA
- Country: USA
- Country: USA
- Record
- SN07334891-F 20250208/250206230028 (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 |