Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2005 FBO #1367
SOLICITATION NOTICE

R -- The Army Contracting Agency, Southern Region, Directorate of Contracting, Fort Bliss, Texas, is soliciting firm-fixed price proposals to provide contractor personnel to serve as Civilians on the Battlefield (COB)

Notice Date
8/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-05-R-0024
 
Response Due
9/2/2005
 
Archive Date
11/1/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. No drawings, specifications, or schematics are available from this agency. Upon request, a Statement of Work (SOW) will be provided to interested offerors. The solicitation is W911SG-05 -R-0024 and is issued as a Request for Proposal (RFP). Proposals are due by 2 Sep 05, 1:00 p.m. The RFP will result in a firm fixed price performance based requirement contract. Performance will be evaluated by the following three (3) metrics: 1) Did the contractor provide the correct number and type of personnel as required by the training scenario? 2) Do the contractor personnel arrive on time to the assembly area as required by the training scenario? 3) Are the contractor personnel dressed and equ ipped as required by the training scenario? The performance period is from 1 Oct 05 through 30 Sep 06, plus four (4) one-year option years. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 611430. The Directorate of Contracting, Fort Bliss, Texas is soliciting proposals to provide all labor and supervision necessary to provide the non-personal services of contractor personnel to serve as Civilians on the Battle field (COB) role players in the performance of training scenarios at Fort Bliss ranges for military units. The Government will provide transportation to and from the training sites from the Assembly Area at Dona Ana Range. Role players do not need to hav e any type of theatrical ability. Role players will play various positions and groups of people representing possible situations for training in support of a series of conventional scenarios relative to the Iraqi theater. Role players will play a variety of roles including but not limited to, petty criminals, terrorists, tribal and religious leaders, refugees, informants, farmers and herders, taxi drivers, and trustees. Specific role playing will be provided in the training support requirements. Base Pe riod: 1 Oct 05 through 30 Sep 06. CLIN 0001 Provide Non-Personal Services to include all labor and supervision to perform scenarios required by the Government in accordance with the SOW. CLIN 0001 covers SHIFTS up to four (4) hours in length. Sub-CLIN 0001AA to include Managers/Team Leaders estimated at 3 EA. Sub-CLIN 0001AB to include Interpreters estimated at 3 EA. Sub-CLIN 0001AC to include Multi-Purpose COBs/Deep Cover COBs estimated at 26 EA. CLIN 0002 covers SHIFTS up to eight (8) hours in len gth. Sub-CLIN 0002AA to include Managers/Team Leaders estimated at 7 EA. Sub-CLIN 0002AB to include Interpreters estimated at 7 EA. Sub-CLIN 0002AC to include Multi-Purpose COBs/Deep Cover COBs estimated at 56 EA. CLIN 0003 covers SHIFTS up to twelve (12) hours in length. Sub-CLIN 0003AA to include Managers/Team Leaders estimated at 3 EA. Sub-CLIN 0003AB to include Interpreters estimated at 3 EA. Sub-CLIN 0003AC to include Multi-Purpose COBs/Deep Cover COBs estimated at 30 EA. Option periods begin ning1 Oct 06 through 30 Sep 07 (and continuing up to three additional years) CLINS and sub-CLINS are the same as the Base Year and need to be priced separately. Award of contract is subject to availability of funds. Exercising of option period will be su bject to satisfactory contractor performance as evaluated by the Government and the availability of funds. Total price for evaluation purposes is determined by adding the total price of all CLINS/ sub-CLINS in the base period and all CLINS/sub-CLINS in th e option periods. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. The following FAR clauses and provis ions apply to this RFP: FAR clause 52.202-1, Definitions (Jul 2004) ; provision 52.212-1, Instructions to Offerors  Commercial Items (Jan 2005); provision 52.212-3, Offeror Representations and Certification  Commercial Items must be completed and submit ted with the proposal; FAR clause 52.212-4, Contract Terms and Conditions  Commercial Items (Oct 2003); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFP and the following clauses cited in the clause apply: 52.203-6, Alternate 1, Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126) (Jun 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Apr 2002); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212 ) (Dec 2001); 52.225-1, Buy American Act-Balance of Payments Program Supplies (41 U.S.C. 10a10d) (Jun 2003); 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) (Dec 2003); 52.232-33, Payments by Electr onic Funds Transfer-Central Contractor Registration (Oct 2003). Also applicable, provision 52.217-5, Evaluation of Options (Jul 1990); clause 52.219-14, Limitations on Subcontracting (Dec 1996); clause 52.222-41, Service Contract Act of 1965, as Amended ( 41 U.S.C. 351, et seq.) (May 1989); clause 52.228-5, Insurance  Work on a Government Installation (Jan 1997), clause 52.232-18 Availability of Funds (Apr 1984), clause 52.232-19, Availability of Funds for the Next Fiscal Year, provision 52.233-2, Service of Protest (Aug 1996), clause 52.233-3, Protest After Award (Aug 1996); clause 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); clause 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; clause 52.237-3 Continuity of S ervices (Jan 1991), clause 52.242-13, Bankruptcy (Jul 1995), clause 52.243-1, Changes  Fixed Price, Alt 1 (Apr 1984); provision 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); clause 52.252-2, Clauses Incorporated by Reference (Feb 1998); provision 52.252-5, Authorized Deviations in Provisions (Apr 1984); clause 52.252-6, Authorized Deviations in Clauses (Apr 1984); clause 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); and clause 252.243-7001, Pricing of contrac t modifications. The following clauses with fill-ins apply and are available in full text upon request: 52.216-18, Ordering (Oct 1995); 52.216-19, Order Limitations (Oct 1995); 52.216-21, Requirements (Oct 1995); 52.217-8, Option to Extend Services (Nov 1 999); 52.217-9, Option to Extend the Term of the Contract (Mar 2000). Offerors must submit the following to be considered for award: 1) a completed copy of FAR clause 52.212-3, Representation and Certifications, Commercial Items (Mar 2005); 2) Offerors m ust submit a unit price for the total quantity for all CLINS and sub-CLINS for base and option periods; 3) Offerors must be able to meet the required delivery schedule, and have a satisfactory record of past performance and experience. Mail proposals to D irectorate of Contracting, ATTN: Lauren Van Ens, 2021 Club Road, Fort Bliss, Texas 79916 or FAX to (915) 568-0836. Copies of FAR clauses and provisions may be accessed via the Internet at www.arnet.gov. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the l owest priced offer which is both technically acceptable and shows satisfactory past performance. The following two factors shall be used to evaluate offers: 1) Past Performance  the Government will evaluate the submitted past performance information req uired by FAR provision 52.212-1 and may use information from other sources to review offerors ability to perform the contract successfully. Required past performance information: Offerors shall submit three (3) references of contracts performed with the last five years (past and/or present), that are the same and/or similar to the size, magnitude and complexity of this requirement. For each reference include the contract number, dollar value, contract office, agency name, contact numbers, period of perf ormance, contracting officers name, telephone and fax numbers for each contract, customer name and phone number and description of service. Past performance data does not have to be through a government agency. Offeror shall submit a paragraph describin g the technical aspects and location of service. 2) Price  Offerors shall propose a price for each CLIN.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN00876178-W 20050824/050822212314 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.