Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
SOLICITATION NOTICE

R -- Product Manager - Force Sustainment Systems, Management and Staff Support

Notice Date
8/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG SCRT - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W91A2K-1109-9020
 
Response Due
8/12/2011
 
Archive Date
10/11/2011
 
Point of Contact
Huy D Le, 5082336121
 
E-Mail Address
ACC-APG SCRT - Natick (SPS)
(huy.d.le@us.army.mil)
 
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. This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) FAR Subpart 12.6, in conjunction with FAR Part 13.5 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. This solicitation is issued as a request for proposal (RFP). The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-33. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/. This solicitation is 100% Small Business Set-Aside. The North American Industrial Classification System (NAICS) code for this procurement is 541330. Proposals for this combination synopsis/solicitation will be due at address below on 12 August 2011 at 3:00 p.m. Eastern Daylight Time (EDT). Proposals shall reference solicitation # W91GVY-1109-9020 and shall include pricing as follows: CLIN 0001: Contractor Support POP: 12 Months Description: In accordance with Statement of Work. Quantity: 12 Each (Monthly Reports) at Price $_______________ = Total Price $_______________ CLIN 0002: Travel/Other Direct Costs POP: 12 Months Description: In accordance with Statement of Work. The Contractor will be reimbursed for travel cost in accordance with the Government's Joint Travel Regulations. The contractor shall receive prior approval from the Government's Contracting Officer Representative (COR) before traveling. Additionally, the contractor shall submit substantiating documentation supporting travel costs for review by the COR when submitting their invoice in WAWF. For proposal purposes ONLY, Travel/Other Direct Costs are set at $25,000.00. Price $25,000 CLIN 0003: Contractor Manpower Reporting POP: 12 Months Description: In accordance with clause, "5152.0237-4005 ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT (Jun 2010)" Price: Not Separately Priced CLIN 1001: Contractor Support - Option Year One (1) POP: 12 Months Description: In accordance with Statement of Work. Quantity: 12 Each (Monthly Reports) at Price $_______________ = Total Price $_______________ CLIN 1002: Travel/ Other Direct Costs - Option Year One (1) POP: 12 Months Description: In accordance with Statement of Work. The Contractor will be reimbursed for travel cost in accordance with the Government's Joint Travel Regulations. The contractor shall receive prior approval from the Government's Contracting Officer Representative (COR) before traveling. Additionally, the contractor shall submit substantiating documentation supporting travel costs for review by the COR when submitting their invoice in WAWF. For proposal purposes ONLY, Travel/Other Direct Costs are set at $25,000.00. Price $25,000 CLIN 1003: Contractor Manpower Reporting - Option Year One (1) POP: 12 Months Description: In accordance with clause, "5152.0237-4005 ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT (Jun 2010)" Price: Not Separately Priced CLIN 2001: Contractor Support - Option Year Two (2) POP: 12 Months Description: In accordance with Statement of Work. Quantity: 12 Each (Monthly Reports) at Price $_______________ = Total Price $_______________ CLIN 2002: Travel / Other Direct Costs - Option Year Two (2) POP: 12 Months Description: In accordance with Statement of Work. The Contractor will be reimbursed for travel cost in accordance with the Government's Joint Travel Regulations. The contractor shall receive prior approval from the Government's Contracting Officer Representative (COR) before traveling. Additionally, the contractor shall submit substantiating documentation supporting travel costs for review by the COR when submitting their invoice in WAWF. For proposal purposes ONLY, Travel/Other Direct Costs are set at $25,000.00. Price $25,000 CLIN 2003: Contractor Manpower Reporting - Option Year Two (2) POP: 12 Months Description: In accordance with clause, "5152.0237-4005 ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT (Jun 2010)" Price: Not Separately Priced CLIN 3001: Contractor Support - Option Year Three (3) POP: 12 Months Description: In accordance with Statement of Work. Quantity: 12 Each (Monthly Reports) at Price $_______________ = Total Price $_______________ CLIN 3002: Travel / Other Direct Costs - Option Year Three (3) POP: 12 Months Description: In accordance with Statement of Work. The Contractor will be reimbursed for travel cost in accordance with the Government's Joint Travel Regulations. The contractor shall receive prior approval from the Government's Contracting Officer Representative (COR) before traveling. Additionally, the contractor shall submit substantiating documentation supporting travel costs for review by the COR when submitting their invoice in WAWF. For proposal purposes ONLY, Travel/Other Direct Costs are set at $25,000.00. Price $25,000 CLIN 3003: Contractor Manpower Reporting - Option Year Three (3) POP: 12 Months Description: In accordance with clause, "5152.0237-4005 ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT (Jun 2010)" Price: Not Separately Priced CLIN 4001: Contractor Support - Option Year Four (4) POP: 12 Months Description: In accordance with Statement of Work. Quantity: 12 Each (Monthly Reports) at Price $_______________ = Total Price $_______________ CLIN 4002: Travel / Other Direct Costs - Option Year Four (4) POP: 12 Months Description: In accordance with Statement of Work. The Contractor will be reimbursed for travel cost in accordance with the Government's Joint Travel Regulations. The contractor shall receive prior approval from the Government's Contracting Officer Representative (COR) before traveling. Additionally, the contractor shall submit substantiating documentation supporting travel costs for review by the COR when submitting their invoice in WAWF. For proposal purposes ONLY, Travel/Other Direct Costs are set at $25,000.00. Price $25,000 CLIN 4003: Contractor Manpower Reporting - Option Year Four (4) POP: 12 Months Description: In accordance with clause, "5152.0237-4005 ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT (Jun 2010)" Price: Not Separately Priced PERFORMANCE WORK STATEMENT (PWS) PM Force Sustainment Systems Analysis and Management Support This effort is to obtain management and staff support for the PM FSS in the areas of strategic planning, current operations, and business transformation planning as impacted by Total Life Cycle Systems Management, Performance Base Logistics and Balanced Scorecard (Metrics). Additionally, support is needed with new objectives and requirements during the transition to Lean/Six Sigma business process conversion. 1. GENERAL: This is a non-personnel services contract to provide Analysis and Management Support. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor, who in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide personnel, equipment, supplies, facilities, tools, materials, and other items necessary to perform Analysis and Management Support as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: Product Manager Force Sustainment Systems (PM FSS) was established in October 1996 at the direction of HQDA. PM FSS assumed full life cycle management responsibility for the development, procurement, and fielding of the airdrop, shelters, and field services equipment. Presently PM FSS' limited organic resources must be augmented to effectively and efficiently manage every required function. Consequently, PM FSS requires the services of a support contractor to supplement the Government's operation. 1.3 Objectives: The contractor shall provide support to the Government on aspects of strategic program management functions; including the conceptualization, definition, creation, development and documentation of broad program and overall strategy development. The contractor shall assist in the development and implementation of programmatic acquisition and business management strategies for assigned Program Management Office programs, missions and functions. 1.4 Scope: 1.4.1 Total Life Cycle Systems Management (TLCSM): The contractor shall obtain and perform analysis on the following policy initiatives and develop implementation plans for PM FSS operations. -US Army and Department of Defense (DoD) Acquisition Regulation (s) 5000.1 and supplements as they relate to Total Life Cycle Systems Management. -Tank and Automotive Command (TACOM) TLCSM implementation plans and guidance as contained in Memos and Directives. 1.4.1.1 TLCSM Program Implantation: The Contractor Shall gather information/analyze course of action, make recommendations regarding courses of action and participate in the authorizing of the PM FSS/Natick Soldier Center (NSC)/TACOM ILSC TLCSM implementation plans. The contractor shall update, modify and maintain the TLCSM Implementation process to ensure smooth application of process improvements, identification and application of lessons learned and distribution of pertinent information. 1.4.1.2 TLCSM Support: The contractor shall: -Provide PM FSS analysis of ongoing Board of Director (BoD) directed projects. -Perform analysis of the effectiveness of TLCSM program teams on an ad hoc basis as required. -Solicit, develop, review and document improvements required by TLCSM members and provide coordination for the development of enhancements with PM FSS TLCSM process. 1.4.2. Performance Based Logistics (PBL): The contractor shall review Army and DoD PBL implementation guidance regarding application of PBL to selected weapons systems; PBL Implementation Analysis; and PBL transformation initiative to include reviewing PBL documents and data, doctrinal research, metric analysis, and staff coordination for concept development to ensure requirements, capabilities, structure, and resourcing are available to best support PBL implementation decisions and the integration of war-fighter requirements into PBL development. 1.4.3 Operational Reviews. The contractor shall: -Review operational mission areas which take advantage of the PM FSS historical strengths (combat service support), and new areas which may potentially be expanded (TLCSM), to ensure that the PM FSS developed equipment remains relevant to support the Army's CSS requirements -Provide a comparative analysis of the current operations and the organizations assigned to perform those missions during the planning and/or execution of contingency operations. -Provide technical, analytical, programmatic and administrative support directly to the PM, Deputy PM and the Assistant PMs as related to Program Development, Program Documentation, and compliance to DoD 5000 series Army policy documentation as regarding program milestone preparation. 1.4.4 Metrics Analysis. The contractor shall provide analytical and data support relating to the PM FSS metrics management process. - PEO CS&CSS Quarterly Metrics Management process and represent the PM at designated metrics meetings. - Oversee the PM FSS PBL metrics management process - Oversee the PM FSS TLCSM implementation. 1.4.4.1 Submission of Metrics Data. The contractor shall coordinate the collection, collation, coordination and submission of PM FSS metrics data to meet quarterly reporting requirements. - Contractor will interface with higher level staff to obtain reporting requirements and changes, translate the impact of changes on to PM FSS processes and provide guidance to PM FSS staff on program execution to include sample documents and reports. 1.4.5. In Process Review (IPR): The contractor shall schedule and conduct four (4) quarterly IPRs in conjunction with PM FSS and/or the designated Contract Technical Representative. The IPR serves as a forum for exchange of critical information, questions and answers, allows the government to monitor and manage the work of the contractor. The COR will notify the contractor in the event that a scheduled IPR will not be conducted. The contractor shall provide shall provide a monthly report with the DD250 that shall assist in addressing topics for the IPRs. 1.5Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years. The Period of Performance reads as follows: 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The contractor shall provide the QCP within 30 days after contract award. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays: The contractor will not be required to perform service on the following holidays: New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 0800 - 1730; Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at government facilities in the Natick Soldier Center, Natick, MA or at alternate sites identified by the government as required. 1.6.6 Type of Contract: The Government intends to award a Firm Fixed Price Contract. 1.6.7 Security Requirements: Contractor personnel performing work under this contract must have a secret security clearance at time of the proposal submission, and must maintain the level of security required for the life of the contract. The security requirements are in accordance with the attached DD254 1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.2 Key Control: The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key codes to the Contracting Officer. 1.6.7.3Lock Combinations: The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor's Quality Control Plan. 1.6.8 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.9 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.10 Key Personnel: The follow personnel are considered key personnel by the government: contract manager/Alternate contract manager. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 8:00 a.m. to 4:30p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below: 1.6.11.1 The Contract Manager and Alternate must have 24 semester hours in mathematical, engineering, and/or quantitative analysis courses; 15 or more years cost analysis experience; and familiarity with Defense Department Data Sources (e.g. cost and software data reporting, EVM), 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.6.13 Contractor Travel: Contractor will be required to travel CONUS and within the NCR during the performance of this contract to attend meetings, conferences, and training. The contractor may be required to travel to off-site training locations and to ship training aids to these locations in support of this PWS. Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. All travel requires Government approval/authorization and notification to the COR. Approximately 1 contractor employee will be required to travel to Ft. Lee, VA (2 trips, 3 days each) and TACOM, Warren, MI (2 trips/3 days each) during the performance of this contract. 1.6.14 Other Direct Costs This category includes travel (outlined in 1.6.13), reproduction, and shipping expenses associated with training activities and visits to contractor facilities. 1.6.15 Data Rights: The Government has Government Purpose Rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.6.16 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. The Offeror shall submit their proposal on company letterhead and the front cover of each section shall have the section name, solicitation number, name/Company name, address, telephone number, cage code, and DUNS number of the Offeror. Offeror's Proposal shall include three sections. 1."Technical Capability" is the first section. i.Offeror shall describe in detail the Offeror's technical capability, knowledge and experience in the requirements of the Performance Work Statement and how the Offeror intends to meet the Performance Work Statement. ii.The Offeror shall clearly state how they intend to meet the requirements. Mere acknowledgment or restatement of a requirement or task is not acceptable. iii.The first section shall be printed on 8.5"X11" paper; typed in Times New Roman, Size 12, black font; and shall be no more than 30 pages. 2."Cost Proposal" is the third section. i.The third section will be the ONLY section to contain cost information. ii.Offeror shall fill in cost information into CLIN structure provided above. iii.Offeror shall provide a detailed breakdown of the offeror's cost proposal (e.g., Labor Rates, Labor Overhead, Other Direct Cost Overhead, G&A, Fee) iv.The second section shall printed on 8.5"X11" paper; typed in Times New Roman, Size 12, black, font; and shall be no more than 15 pages. v.The Offeror shall fill out and complete the provisions at "FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items" and provide under the third section. Page limits do not include the provision 52.212-3. 3."Past Performance" is the second section. i.The Offeror shall provide a description of all Federal Government contracts (as a prime or subcontractor) over the past five (5) years) which are relevant to the efforts required by this solicitation. The Government may choose to investigate contracts prior to the past five (5) years for the purpose of the evaluation. In addition, any and all contracts terminated for cause in whole or in part during the past five (5) years, to include those currently in the process of such termination, are considered relevant, and the Offeror shall provide past performance information for those contracts. The Offeror shall submit the following: 1.Role as prime or subcontractor 2.Place of performance, CAGE code, and DUNS numbers 3.Contracting activity, current address, telephone, and FAX numbers 4.Procuring Contracting Officer's name, current telephone, and FAX numbers 5.Technical representative/COR name, current telephone, and FAX numbers 6.Contract Administrative Activity and the Administrative Contracting Officer's (ACO) name, current telephone, and FAX numbers 7.Contract Administrative Activity's Pre-Award Monitor's name and current telephone and FAX numbers 8.Contract number 9.Contract type 10.Awarded cost/price 11.Final, or projected final cost/price 12.Original delivery schedule 13.Final, or projected final, delivery schedule 14.Business size- large or small. ii.The second section shall be printed on 8.5"X11" paper; typed in Times New Roman, Size 12, black, font; and shall be no more than 20 pages. The Government intends to award a contract resulting from this solicitation to the responsible offeror using the tradeoff process. Technically acceptable will be those whom are determined to have the Technical Capability to meet the Performance Work Statement. The following provisions apply to this acquisition: 52.212-1Instructions to Offerors - CommercialJUN 2008 The following provision will be used to evaluate the proposals submitted: 52.212-2 - Evaluation - Commercial Items (a) 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 2. Cost/Price 3. Past Performance (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for 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. (End of Provision) The following FAR Clauses will apply to this acquisition, by reference: 52.202-1DefinitionsJUL 2004 52.203-3 Gratuities APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.209-8 Updates of Information Regarding Responsibility Matters APR 2010 52.209-9Updates of Publicly Available Information Regarding Responsibility MattersJAN 2011 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.217-8 Option To Extend Services NOV 1999 52.217-9 Option To Extend The Term Of The Contract MAR 2000 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-19Child Labor - Cooperation With Authorities and RemediesJUL 2010 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-37 Employment Reports on Veterans SEP 2010 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.228-5Insurance - Work On A Government Installation JAN 1997 52.232-33 Payment by ElectronicFunds Transfer--Central Contractor Registration OCT 2003 52.233-1DisputesJUL 2002 52.233-3 Protest After Award AUG 1996 52.242-13 Bankruptcy JUL 1995 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7000 Disclosure Of Information DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.204-7006 Billing Instructions OCT 2005 252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.225-7001 Buy American Act And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns SEP 2004 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7001Information Assurance Contracting Training And Certification 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment To The Cost Bearer SEP 2010 The following clauses apply to this acquisition, in full text: 52.204-10 - REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (Jul 2010) (a) Definitions. As used in this clause: "Executive" means officers, managing partners, or any other employees in management positions. "First-tier subcontract" means a subcontract awarded directly by a Contractor to furnish supplies or services (including construction) for performance of a prime contract, but excludes supplier agreements with vendors, such as long-term arrangements for materials or supplies that would normally be applied to a Contractor's general and administrative expenses or indirect cost. "Total compensation" means the cash and noncash dollar value earned by the executive during the Contractor's preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)): (1) Salary and bonus. (2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. (3) Earnings for services under non-equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5) Above-market earnings on deferred compensation which is not tax-qualified. (6) Other compensation, if the aggregate value of all such other compensation (e.g., severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000. (b) Section 2(d) of the Federal Funding Accountability and Transparency Act of 2006 (Pub. L. No. 109-282), as amended by section 6202 of the Government Funding Transparency Act of 2008 (Pub. L. 110-252), requires the Contractor to report information on subcontract awards. The law requires all reported information be made public, therefore, the Contractor is responsible for notifying its subcontractors that the required information will be made public. (c)(1) Unless otherwise directed by the contracting officer, by the end of the month following the month of award of a first-tier subcontract with a value of $25,000 or more, (and any modifications to these subcontracts that change previously reported data), the Contractor shall report the following information at http://www.fsrs.gov for each first-tier subcontract. (The Contractor shall follow the instruction s at http://www.fsrs.gov to report the data.) (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractor's parent company, if the subcontractor has a parent company. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (vi) Subcontract number (the subcontract number assigned by the Contractor). (vii) Subcontractor's physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (viii) Subcontractor's primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (ix) The prime contract number, and order number if applicable. (x) Awarding agency name and code. (xi) Funding agency name and code. (xii) Government contracting office code. (xiii) Treasury account symbol (TAS) as reported in FPDS. (xiv) The applicable North American Industry Classification System code (NAICS). (2) By the end of the month following the month of a contract award, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for the Contractor's preceding completed fiscal year at http://www.ccr.gov, if- (i) In the Contractor's preceding fiscal year, the Contractor received- (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (3) Unless otherwise directed by the contracting officer, by the end of the month following the month of a first-tier subcontract with a value of $25,000 or more, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for each first-tier subcontractor for the subcontractor's preceding completed fiscal year at http://www.fsrs.gov, if- (i) In the subcontractor's preceding fiscal year, the subcontractor received- (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (d)(1) If the Contractor in the previous tax year had gross income, from all sources, under $300,000, the Contractor is exempt from the requirement to report subcontractor awards. (2) If a subcontractor in the previous tax year had gross income from all sources under $300,000, the Contractor does not need to report awards to that subcontractor. (e) Phase-in of reporting of subcontracts of $25,000 or more. (1) Until September 30, 2010, any newly awarded subcontract must be reported if the prime contract award amount was $20,000,000 or more. (2) From October 1, 2010, until February 28, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $550,000 or more. (3) Starting March 1, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $25,000 or more. (End of clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2011) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)) (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any FAR (48 CFR) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 5152.0237-4005 ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT (Jun 2010) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. Detailed instructions can be found on the Contractor Manpower Reporting Application (CMRA) website in the CMRA "Contractor User Guide" or "Subcontractor User Guide". The contractor must create an account upon entering the site and is required to completely fill in the required information at the CMRA website: https://cmra.army.mil. The required information includes: (1) Unit Identification Code (UIC) of the Army Requiring Activity that would be performing the mission if not for the contractor: __________ (Enter the Army Requiring Activity's UIC here). (2)Command of the Requiring Activity that would be performing the mission if not for the contractor: __________ (Enter Command of the Requiring Activity here). (3)Contracting Officer (KO) and contact information: Roberta Boswell Contracting Officer 100 Medway Road Suite 305 Milford, MA 01757 (4)Contracting Officer's Representative (COR) and contact information: ___________________________________________________________ (Enter COR's name, phone number, and email address). (5)Federal Service Code (FSC) reflecting services provided by contractor (and separate FSC for each subcontractor if different). If there are multiple FSCs for an Order number, enter a separate data record for each FSC. (6)Location where contractor and subcontractor(s) perform the service, including the city, state, zip code, and country. When service is performed at an overseas location, state only the city and country. If there are multiple Locations for an Order number, enter a separate data record for each Location. (Note: If there are many location records that need to be entered, the Bulk Loader function is available which allows the transfer of information from a contractor's system to the secure web site. The Bulk Loader Template and Bulk Loader Instructions may be downloaded from the web site.) (7)Contractor Type (prime or subcontractor). (8)Direct labor hours (including subcontractors) for each FSC. (9)Direct labor dollars paid this reporting period (including subcontractors) for each FSC. (10)Weapons system support indication: No. If subcontractors are used in the performance of this contract, several factors must be considered. Contractor shall include, and require inclusion of, this term in all subcontracts at any tier under the contract in which services are being procured. Contractor shall also enter their data in a timely manner, as subcontractors can not input any information into the CMRA system until the Prime Contractor has entered their data. The Prime Contractor has overall responsibility for ensuring subcontractors enter their respective data. Subcontractors are only responsible for entering Location Data. 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. (End of clause) 5152.232-7003INVOICING INSTRUCTIONS AND PAYMENT (WAWF INSTRUCTIONS) (NCD) (AUG 2009) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF): (1) The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. (2) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes. (b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: Receiving Report (DD 250) Destination Inspection / Destination Acceptance Inspect and Accept at place of destination Invoice and Receiving Report (Combo) - Destination Inspection / Destination Acceptance Pay DoDAACHQ0303 IssueBy DoDAACW911QY Admin DoDAACW911QY InspectBy DoDAACW91A2K Ship To CodeSee Schedule (c) The contractor shall submit invoices per contract terms. (d) The Government shall process invoices for payment per contract terms. (e) For each invoice submitted for payment, the contractor shall also email the WAWF automated invoice notice directly to the following points of contact: NameEmailPhoneJob Title Tina Sheppard COR Huy Le 508 233-6121KS (End of clause) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Proposals are due no later than 3:00 pm EDT, 12 August 2011 at the Natick Contracting Division located at the address below. The assigned Contract Specialist is Huy Le, (508) 233-6121, Huy.D.Le@us.army.mil. Address proposals are to be sent to, and shall read on the address label, the below: "W91A2K-1109-9020 To Be Unopened To - ATTN: Huy Le US Army Contracting Command- Aberdeen Proving Ground, Natick Contracting Division ATTN: CCAP-SCN 100 Medway Rd Suite 305 Milford, MA 01757"
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0e17d2301c9337796125e642c5de13ff)
 
Place of Performance
Address: ACC-APG SCRT - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02518160-W 20110804/110802234753-0e17d2301c9337796125e642c5de13ff (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.